Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2013 FBO #4172
SOLICITATION NOTICE

15 -- TILTROTOR TEST RIG ACTUATOR AND SERVO VALVE

Notice Date
4/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333995 — Fluid Power Cylinder and Actuator Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA13472855Q
 
Response Due
5/10/2013
 
Archive Date
4/25/2014
 
Point of Contact
Brett L Vu, Contract Specialist, Phone 650-604-0911, Fax 650-604-3020, Email brett.vu@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Brett L Vu
(brett.vu@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a Tiltrotor Test Rig (TTR) Actuator and Servo Valve. A separate Specifications/Statement of Work document is posted with this RFQ. The provisions and clauses in the RFQ are those in effect through FAC 2005-66. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333995, 500 employees, respectively. To be eligible for award, offerors must be registered in the federal contractor database System for Award Management (SAM),www.sam.gov and have this NAICS code listed. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery of the product to NASA Ames Research Center is required within 8 weeks After Receipt of Order (ARO). Delivery shall be FOB Destination. Offers for the items(s) described above are due by Friday May 10, 2013 no later than 4:00 PM Pacific Time to the Contract Specialist, Brett Vu, via email to brett.vu@nasa.gov and must include an itemized firm fixed price for the required items, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Submission of Invoices (ARC 52.232-90) (JUN 2008) (Modified JAN 2012); 52.247-34 F.o.b. Destination. (NOV 1991); 1852.215-84 Ombudsman. (NOV 2011); 1852.225-70 Export Licenses. (FEB 2000); 1852.237-73 Release of Sensitive Information. (JUN 2005). FAR 52.212-5 (JAN 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011); 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing to brett.vu@nasa.gov no later than Friday, May 3, 2013. Telephone questions will not be accepted. Selection and award will be made to the offeror whose offer will be most advantageous to the Government, with consideration given to the factors of: 1. Proposed technical merit 2. Price 3. Past performance. Other critical requirements: Delivery, Maintenance, Warranty shall also be considered. 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 at 52.212-3 (DEC 2012), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. Offerors may also complete the Representations and Certifications (Reps & Certs) in their registration on SAM - www.sam.gov. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA13472855Q/listing.html)
 
Record
SN03045170-W 20130427/130425234254-d6374c1a024bb459a06dd940a64f91b0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.