Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2015 FBO #5139
SOLICITATION NOTICE

66 -- HEATFLUX SENSORS FOR MEDLI2

Notice Date
12/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA16574210Q-ALM
 
Response Due
1/5/2016
 
Archive Date
12/17/2016
 
Point of Contact
Michael M. Lehner, Contract Specialist, Phone 650-604-1192, Fax 650-604-3020, Email Michael.M.Lehner@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Michael M. Lehner
(Michael.M.Lehner@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 eight (8) heatflux sensors that meet the criteria stipulated in Attachment 1 Specifications. The provisions and clauses in the RFQ are those in effect through FAC 2005-85. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334519, Thermocouple Manufacturing, and 500 employees respectively. 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 to NASA Ames Research Center, Moffett Field, CA 94035-0001 is required by March 28, 2016. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 2:00pm PST on Tuesday, January 5, 2016 to Mike Lehner via email at michael.m.lehner@nasa.gov and must include, 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 are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: Delivery of all eight (8) sensors is desired by March 28, 2016. However, delivery of five (5) of the sensors are required by March 28, 2016 and the remaining three (3) sensors must be delivered no later than July 1, 2016. Offerors shall state their ability to meet or exceed these delivery requirements, including the ability to deliver all eight (8) sensors by March 28, 2016. 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: NFS 1852.223-72 Safety and Health (Short Form) (Apr 2002); NFS 1852.225-70 Export Licenses (Feb 2000); and NFS 1852.237-73 Release of Sensitive Information (Jun 2005). FAR 52.212-5 (MAR 2015), 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 (Jul 2013); 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013); 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011); 52.219-8 Post Award Small Business Program Rerepresentation (Jul 2013); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014); 52.222-21 Prohibition of Segregated Facilities (Feb 1990); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014); 52.225-1 Buy American-Supplies (May 2014); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); and 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013). 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 All contractual and technical questions must be in writing via e-mail to Mike Lehner at michael.m.lehner@nasa.gov not later than 1:00pm on December 24, 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. Other critical requirements: Delivery schedule 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 (MAR 2015), 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. 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/p ub_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/nais/link_syp.cgi. 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/NNA16574210Q-ALM/listing.html)
 
Record
SN03972205-W 20151219/151217234740-488201e9051637cd1acf5a2edc522066 (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.