Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2006 FBO #1650
SOLICITATION NOTICE

66 -- FABRICATION OF THE WATER FLOW TEST RIG

Notice Date
6/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM06143939Q
 
Response Due
6/9/2006
 
Archive Date
6/1/2007
 
Description
This procurement is a total small business set-aside. 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 the Fabrication of the Water Test Rig in support of Marshall Space Flight Center. Please review attached specifications and requirements regarding the soliciation. Some of the attached drawings can not be opened with any standard desktop software, Unigraphics or Pro Engineer can import them. Therefore, if any problems occur while viewing attachments, please contact Cheri Burton-McCaskey @ cheri.burton-mccaskey@nasa.gov. The selection criteria for this solicitation shall be as follows: Shall be a fixed price contract and will be based on the following criteria, all of which are equal in importance: 1) Total cost 2) Ability to meet the required delivery date 3) Technical approach Please provide a brief description summarizing the following: 1) Cost breakdown including labor hours, labor and material costs, and any subcontracts 2) Proposed fabrication schedule 3) Any manufacturing concerns or recommendations for alternate approaches, materials, or processes. Relevant technical experiences including customer references are encouraged, although not required. Responses shall not exceed 5 pages. The NAICS Code is 541330 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 Marshall Space Flight Center is required within 20 working weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by June 9, 2006, 4:30 pm CST to PS22/Cheri Burton-McCaskey 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 shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, 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 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6;52.219-6;52.219-8;52-219-14;52.222-3;52.222-19;52.222-21;52.222-26;52.222-35;52. 222-36;52.222-37;52.222-39;52.225-13;52.232-33. Safety and Health Plan required in full text pursuant to NFS 1852.223-73. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing and e-mailed to Cheri Burton-McCaskey @ cheri.burton-mccaskey@nasa.gov no later than June 7, 2006. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. 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. Offerors must include complete Representations and Certifications via the Orca Database @ www.bpn.gov. An ombudsman has been appointed -- See NASA Specific Note "B". Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#119679)
 
Record
SN01060961-W 20060603/060601221349 (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.