MODIFICATION
N -- SOFIA AIRCRAFT INTERIOR AND LIGHTING UPGRADE
- Notice Date
- 4/6/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND12425944R
- Response Due
- 5/11/2012
- Archive Date
- 4/6/2013
- Point of Contact
- Jenny Y Staggs, Student Trainee, Phone 661-276-7029, Fax 661-276-2243, Email jenny.y.staggs@nasa.gov - Lisa A Jackson, Contracting Officer, Phone 661-276-2154, Fax 661-276-2904, Email lisa.a.jackson@nasa.gov
- E-Mail Address
-
Jenny Y Staggs
(jenny.y.staggs@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is being issued as a Request for Proposal (RFP) to complete thecontract requirements for the Stratospheric Observatory for Infrared Astronomy (SOFIA)Aircraft Interior and Lighting Upgrade. The purpose of this requirement is to completedesign, development, installation support, test and verification of SOFIA custom interiorfurnishings, placarding, and lighting upgrade. The period of performance shall becompleted prior to January 31, 2013. The provisions and clauses in the RFP are those ineffect through FAC2005-55. This procurement is a total small business set-aside. TheNAICS Code and the small business size standard for this procurement is 238210 and thesize standard is $14M. The offeror shall state in their offer the size status for thisprocurement. All responsible sources may submit an offer which shall be considered by theagency. Proposals for the services described in the attached Statement of Work are due by May 11,2012 at 4:00pm PDT to jenny.y.staggs@nasa.gov and must include, solicitation number, FOBdestination to this Center, proposed performance/ delivery schedule, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and signed by an authorized companyrepresentative. All items must comply with following quality assurance documents:Q-1Q-2Q-4Q-5Q-6Q-9Q-10In addition, a pre-proposal/pre-bid conference will be held as indicated below:Date: Tuesday, April 24, 2012Time: 8:00 a.m 12:00 p.m PDTLocation: NASA Dryden Aircraft Operations Facility 2825 East Ave P, Palmdale, CA 93550Other information, as applicable:For purposes of badging, please submit form 735-1 (Attached) for all the individual whowill be attending the pre-proposal conference no later than 4:00 p.m PDT on Wednesday,April 18, 2012. Submit this information to Jenny Staggs via e-mail:jenny.y.staggs@nasa.gov.Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form found at URL:http://www.gsa.gov/portal/forms/download/E331497A1FE0AE1F85256A260055A47B. TheFederal Acquisition Regulation (FAR) may be obtained via the Internet at URL: http://farsite.hill.af.mil/. The NASA FAR Supplement may be obtained via theInternet at URL: http://farsite.hill.af.mil/vfnasaa.HTM. All contractual and technicalquestions must be in writing (e-mail) to Jenny Staggs not later than April 27, 2012. Telephone questions will not be accepted. Selection and award will be made to the offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Offerors should provide their past experience in performingsimilar efforts as described in the attached Statement of Work. Responses must include alist of customers covering the past three years (highlight relevant work performed,contract numbers, contract type, dollar value of the procurement; and point of contact -address and phone number). In addition, please complete attached Past PerformanceQuestionnaire and return the signed, completed document to: Preferable Transmission tothe contracting specialist, Jenny Staggs by Adobe PDF file to: jenny.y.staggs@nasa.gov.The document is due by May 11, 2012 at 4:00pm PDT. Please verify that Ms. Jenny Staggsreceived the completed questionnaire.It is critical that offerors provide adequate detail to allow evaluation of their offer.(See FAR 52.212-1(b)). Offerors must include completed copies of the provision at52.212-3 Offeror Representations and Certifications -- Commercial Items (Feb 2012) withtheir offer. These may be obtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand certifications will be incorporated by reference in any resultant contract. Interested offeror are asked to submit a proposal of 10 PAGES or less. 12 font size andTime New Roman are designated for this proposal. An ombudsman has been appointed -- See NASA Specific Note 'B'. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24. Potential offerorswill be responsible for downloading their own copy of this solicitation and amendments(if any). All responsible sources may submit an offer which shall be considered by the agency. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND12425944R/listing.html)
- Record
- SN02715956-W 20120408/120406234448-470f900d2d3d5c98d4c7ad076294883d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |