Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2017 FBO #5787
SOLICITATION NOTICE

16 -- Kulite Pressure Transducers - Kulite Pressure Transducers

Notice Date
9/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
80AFRC17R0018
 
Point of Contact
Tiffany N. Goodwin, Phone: 16612762289, James G. Williams, Phone: 6612762501
 
E-Mail Address
tiffany.n.goodwin@nasa.gov, james.g.williams-1@nasa.gov
(tiffany.n.goodwin@nasa.gov, james.g.williams-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Kulite Pressure Transducer Spec Sheet Quality Requirements Q-1B and Q-1D This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number: 80AFRC17R0018; this solicitation is issued as a request for proposal (RFP). The Orion AA-2 Program at NASA - AFRC is looking to purchase Kulite Semiconductor Products, Inc., Pressure Transducers. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This requirement is a 100% small business set-aside. NAICS code 336413 Small business size standard 1,250 employees respectively. Contract Line Item. ItemDescriptionQty. 001LLHT-125-15APressure transducer, with 42 inch lead cable3 002LLHT-125-15APressure transducer, with 84 inch lead cable14 003LLHT-125-15APressure transducer, with 36 inch lead cable35 004XTEL-190L-15APressure transducer48 005XTEL-190L-15APressure transducer with calibration127 006XTEH-10L-190L-15A-6Pressure transducer with calibration53 007XTEH-10L-190L-15A-6Pressure transducer57 008Warranty12 Month warranty on all parts from date of delivery Identify if this is a brand name or brand name or equal requirement as applicable: "This is a brand name specific request for proposal." If the requirement is for brand name only: "The justification is included with this solicitation to identify the Government's necessity for the brand name item." Due to the long lead times of the items we are requesting delivery within 16 -18 weeks ARO with FOB Destination to the following address: NASA - Armstrong Flight Research Center Bldg. 4876 Warehouse #6 Edwards, California 93524 The provision at 52.212-1, Instructions to Offerors - Commercial (Jan 2017), applies to this acquisition with the follow addenda to the provision: Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted in writing or electronically to the designated Government point of contact Tiffany Goodwin at tiffany.n.goodwin@nasa.gov. As a minimum, offers must show - Technical Requirements: Offeror shall provide technical information that demonstrates the proposed items capability to meet or exceed the Government's requirement per the attached Spec Sheet. All items are needing to comply with the attached Q-1B and Q-1D quality requirement and must come with a 12 month warranty. Price: Offeror shall propose a total firm-fixed-price for each line item of the solicitation. Offeror's Quote Shall Include: solicitation number, FOB destination to NASA Armstrong Flight Research Center, Bldg. 4876 Warehouse 6, Edwards, CA 93523, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), identification of any special commercial terms, and be signed by an authorized company representative. Brand name or equal quotes. If quoting "or equal" items, please provide manufacturer(s) and part number(s) VIA EMAIL TO THE CONTRACTING OFFICER OR BUYER. Offeror must comply with the requirements of FAR 52.212-1(j) "Data Universal Numbering System (DUNS) Number" and FAR 52.212-1(k) "System for Award Management" to be eligible for award. 52.204-7System for Award Management. (Oct 2016) 52.204 -16Commercial and Government Entity Code Reporting (Jul 2016) Vendor's responsibility for monitoring FedBizOpps.gov for the release of any amendments to this RFQ. The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition with the follow addenda to the clause: Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. All proposed pricing will be evaluated inclusive of shipping costs to the designated address above. Award will be made to the lowest priced, technically acceptable offeror. By submission of its offer, the offeror accedes to all RFQ requirements, including terms and conditions, representations and certifications, in addition to those identified as evaluation factors. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017), with its offer. 52.209-7 Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), apply to this acquisition with the following addenda to the clause: 52.204-4 Printed or Copied Double-Sided On Postconsumer Fiber Content Paper. (May 2011) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-18Commercial and Government Entity Code Maintenance (Jul 2016) 52.227-14Rights in Data -- General (May 2014) as modified by NFS 1852.227-14 Rights In Data--General (Apr 2015). 52.227-16 Additional Data Requirements (Jun 1987) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 1852.204-76 Security Requirements for Unclassified Information Technology Resources (Jan 2011) 1852.215-84Ombudsman (Nov 2011) 1852.225-70 Export Licenses (Feb 2000) 1852.237-72 Access to Sensitive Information (Jun 2005) 1852.237-73 Release of Sensitive Information (Jun 2005) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2017), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19, 52.209-10, 52.33-3, 52.233-4, 52.203-6 Alt I, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-5, 52.225-13, 52.232.33 Offers are due: 2:00 pm Pacific Time, 25 September, 2017 Mail To: NASA/Armstrong Flight Research Center P.O. Box 273 M/S 4811-140 Edwards, CA 93560 Email: tiffany.n.goodwin@nasa.gov Point of Contact: Tiffany N. Goodwin (661)276-2289 tiffany.n.goodwin@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/80AFRC17R0018/listing.html)
 
Place of Performance
Address: NASA - Armstrong Flight Research Center, Bldg. 4876 Warehouse #6, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN04692397-W 20170927/170925231228-363bde6423cb8b9bae47de4274e12805 (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.