Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2020 SAM #6764
SPECIAL NOTICE

65 -- Prototype Oxygen Generation System

Notice Date
6/4/2020 11:21:42 AM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC020R0042
 
Response Due
6/19/2020 2:30:00 PM
 
Archive Date
07/04/2020
 
Point of Contact
Chrystal D. Wiseman, Stacy Houston, Phone: 2814839649
 
E-Mail Address
chrystal.d.wiseman@nasa.gov, stacy.g.houston@nasa.gov
(chrystal.d.wiseman@nasa.gov, stacy.g.houston@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 Quote (RFQ) under solicitation number 80JSC020R0042 for Prototype Oxygen Generation System.� See attached Statement of Work (SOW) for additional information.������ The provisions and clauses in the RFQ are those in effect through FAC 2020-06. This acquisition is a total small business set-aside. The NAICS Code and Size Standard are 541715 and 1000, respectively.� The offeror shall state in its offer its size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Johnson Space Center 2101 NASA Parkway Houston TX 77058 is required in accordance with the delivery schedule outlined in the attached�Statement of Work. �Delivery shall be free on board (FOB) Destination. The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (MAR 2020) 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 52.212-2, Evaluation -- Commercial Items, (OCT 2014). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are in descending order of importance and shall be used to evaluate offers: Selection and award will be made to that offeror whose offer is determined to be the best value to the Government, with consideration given to the factors of proposed technical acceptability, schedule, past performance, and price (SEE QUOTE EVALUATION CRITERIA). It is critical that offerors provide adequate detail to allow evaluation of their offer.� Offers will be evaluated in accordance with FAR 12 & 13. Comparative Analysis of proposals shall be conducted. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers listed in descending order of importance: Technical Approach Schedule Price Past Performance � recent (period of performance within 3 years of the solicitation), � Past Performance that demonstrates the offeror�s ability and likelihood to successfully complete contract requirements will be rated more highly than past performance that does not. � A Technical Approach that is more likely to exceed requirements will be rated higher than a Technical Approach that is only likely to meet requirements or unlikely to meet requirements. � Price evaluation factor will be evaluated by reasonableness of total price. Price realism assessment will be performed utilizing the offeror's other than certified cost and pricing data. Realism will be assessed to ensure the price is realistic for the offeror to successfully perform the effort in the manner proposed in the technical approach. � All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (MAR 2020) Alt I (OCT 2014), or complete electronic annual representations and certifications at SAM.gov with its offer. � FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (OCT 2018). � FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (MAR 2020) is applicable and the following identified clauses are incorporated by reference: See attached terms and conditions. � NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html� � � This posting, in addition to any attached documents, will be available on www.beta.sam.gov. �Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).������� � Prospective offerors shall notify this office of their intent to submit an offer.� All contractual and technical questions must be submitted electronically via email to Chrystal Wiseman at chrystal.d.wiseman@nasa.gov not later than (4:30 P.M. Central Time on 6/9/2020).� Telephone questions will not be accepted. � Responses to this combined synopsis/solicitation must be received via email to Chrystal Wiseman at chrystal.d.wiseman@nasa.gov no later than 4:30 P.M. Central Time on 6/19/2020. Responses should include the solicitation number 80JSC020R0042.��� � The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. � Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items (MAR 2020). �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cfa95baf882543ac94e9029e983bc0ff/view)
 
Record
SN05680237-F 20200606/200604230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.