Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
SOLICITATION NOTICE

15 -- MID PERFORMANCE UNMANNED ARIAL VEHICLE - UAV

Notice Date
9/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA15558605Q-RAJ
 
Response Due
9/17/2015
 
Archive Date
9/3/2016
 
Point of Contact
Rachel A. Jandron, Contract Specialist, Phone 650-604-2655, Fax 650-604-0912, Email rachel.a.jandron@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Rachel A. Jandron
(rachel.a.jandron@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 one Mid Performance Unmanned Arial Vehicle (UAV) equipped with endurance, range, and payload capacity to support beyond visual-line-of-sight operations described in the attached statement of specifications. See attachment for full technical details. The provisions and clauses in the RFQ are those in effect through FAC 2005-83. This is a 100% small business set aside RFQ. All responsible small business sources may submit an offer. The NAICS Code and the small business size standard for this procurement are 336411, Aircraft Manufacturing, and 1500 employees respectively. The offeror shall state in their offer their size status for this procurement. Offerors must have current registration and Representations and Certifications in the website www.SAM.gov, and provide the firms DUNS number with their offer. Delivery to NASA Ames Research Center, Moffett Field, CA 94035 is required no later than October 30, 2015. Delivery shall be FOB Destination. SUBMISSION OF OFFERS: Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. This RFQ includes addendum to FAR 52.212-1, as follows: Only electronic receipt of offers will be accepted. Submit offers in MS Word or Adobe pdf format. Each file cannot exceed 10 MB in size, limit five (5) files. Email offers to Rachel.A.Jandron@nasa.gov no later than 4:00pm PST on the stated response date. All offers must include the following minimum information: Information that includes offerors company information, a Firm Fixed Price for one (01) Mid Performance Unmanned Arial Vehicle (UAV), solicitation number, FOB destination to this Center, offered price, proposed delivery schedule, discount/payment terms, warranty duration, DUNS, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Invoices shall be prepared, and payments will be made in accordance with the Prompt Payment Clause of this contract. Invoices shall be sent to NASA Shared Services Center (NSSC) address as specified in the contract for electronic payment of funds pursuant with FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013), 52.247-34 F.O.B. Destination. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified FAR clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim. Applicable NASA FAR Supplement clauses are: 1852.215-84 (NOV 2011), Ombudsman. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 1852.223-72, Safety and Health (Short Form (APR 2002). 1852.225-70, Export Licenses (FEB 2000). 1852.227-86, Release of Sensitive Information (JUN 2005). All contractual and technical questions must be in writing (e-mail) to Rachel Jandron not later than September 9, 2015. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Note: DUNS number will be used to verify offerors current registration in SAM.gov pursuant to FAR clause 52.212-3Offeror Representations and CertificationsCommercial Items (MAR 2015). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm Information about major upcoming ARC procurement actions is available at http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA15558605Q-RAJ/listing.html)
 
Record
SN03870475-W 20150905/150903235906-7d9156b6ab1aa3aeed197d5aa51e2dfb (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.