Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
SOLICITATION NOTICE

14 -- Tank Dome - Synosis/Solicitation

Notice Date
11/17/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
80GSFC18Q0003
 
Archive Date
12/23/2017
 
Point of Contact
Alyssa Frazier, Phone: 3012865257, Eric Cardiff, Phone: 301-286-0388
 
E-Mail Address
alyssa.n.frazier@nasa.gov, eric.h.cardiff@nasa.gov
(alyssa.n.frazier@nasa.gov, eric.h.cardiff@nasa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Statement of Work for the Europa Tank Dome NASA/GSFC has a requirement to acquire a 70"tank dome. The Europa Lander mission is being formulated and implemented by a joint partnership between the Jet Propulsion Laboratory and the Applied Physics Laboratory and MSFC with NASA GSFC building the propulsion system for the Carrier and Relay Stage (CRS). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR Part 13.5 (Test Program for Certain Commercial Items) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. The solicitation number is 80GSFC18Q0003. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. All offerors may submit a written quote via e-mail that will be reviewed by the Government. However a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. The North American Industry Classification System (NAICS) code for this acquisition is 336415; Small Business Size: 1250 Employees. 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. The place of acceptance and FOB point is Destination. FOB Destination on offers are desired. Offers submitted on a basis other than FOB Destination will be rejected as nonresponsive. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Descending Order of Importance: 1) Technical Capability of the items and services offered to meet the Government requirement, 2) Price, and 3) Past Performance. Technical and pas performance, when combined, are significantly more important than price. The Government reserves the right to make award to the offeror whose quote provides the best overall value to the Government. The offeror shall submit, as part of its quote, existing product literature in addition to the information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone and fax) of a contract for each contract listed. The offeror should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of an offeror with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 42.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: • 42.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) • 52.204-10, Reporting Executive Compensation and first-Tier Subcontract Awards (Oct 2015) • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) • 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) • 52.219-8, Utilization of Small Business Concerns (Oct 2014) • 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) • 52.222-3, Convict Labor (June 2003) • 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2016) • 52.222-21, Prohibition of Segregated Families (Apr 2015) • 52.222-26, Equal Opportunity (Apr 2015) • 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) • 52.222-40, Notification of employee Rights Under the National Labor Relations Act (Dec 2010) • 52.222-50, combatting Trafficking in Persons (Mar 2015) • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-1, Buy American- Supplies (May 2014) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33, Payment by electronic funds Transfer-System for Award Management (Jul 2013) The following FAR/NASA FAR terms and conditions apply to this acquisition: • 1852.215-84, Ombudsman (NOV 2011)* • 1852.223-72, Safety and Health (short form) (JUL 2015) • 1852.223-75, Major Breach of Safety or Security (FEB 2002), with Alternative I (FEB 2006) • 1852.225-70, Export Licenses (FEB 2000) • 1852.237-73, Release of Sensitive Information (JUN 2005) • 1852.227-86, commercial computer Software Licensing (APR 2015) *The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html This is not a Defense priorities and Allocations System (DPAS) rated order. 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. Offers are due no later than December 8, 2017 at 5:00 pm Eastern Standard Time. Offers shall be emailed to: Alyssa Frazier, Pathways Intern, at alyssa.n.frazier@nasa.gov. All questions/clarifications must be submitted in writing via e-mail to alyssa.n.frazier@nasa.gov no later than December 1, 2017. This synopsis shall not be construed as a commitment by the Government, nor will the government pay for the information solicited. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a39c40c95c6db59a731b57a066d5b76c)
 
Place of Performance
Address: 8800 Greenbelt Road, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN04744096-W 20171119/171117231124-a39c40c95c6db59a731b57a066d5b76c (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.