SOLICITATION NOTICE
43 -- FLEXIBLE SPACE SUIT PRESSURE TRANSDUCER PROTOTYPES
- Notice Date
- 4/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- NNJ10316205R
- Response Due
- 5/4/2010
- Archive Date
- 4/12/2011
- Point of Contact
- Alan C. Jackson, Contract Specialist, Phone 281-792-7522, Fax 281-244-5331, Email alan.c.jackson-1@nasa.gov - Julie K. Karr, Contracting Officer, Phone 281-483-9782, Fax 281-244-0995, Email julie.k.karr@nasa.gov
- E-Mail Address
-
Alan C. Jackson
(alan.c.jackson-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued. Multiple awardswill be made with this solicitation. This notice is being issued as a Request for Quotations (RFQ) for modified transducerswith improved accuracy specifications. Up to three contracts may be awarded. Allreference documents to include the Statement of Work, Specifications, and Table 1 Technical Acceptability Matrix, can be viewed at: http://procurement.jsc.nasa.gov/sspt/The provisions and clauses in the RFQ are those in effect through FAC 2005-39. The NAICS Code and the small business size standard for this procurement are 334513 and500 respectively. The offeror shall state in their offer their size status for thisprocurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to JSC is required within 6 months after receipt of order. Delivery shall be FOBDestination. Offers for the items(s) described above are due by 12:00 noon local time May 4, 2010 toAlan C. Jackson, 2101 NASA Parkway, Houston, TX 77058 and must include, solicitationnumber, FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-34. The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html 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 (e-mail or fax) to Alan C.Jackson not later than April 20, 2010. Telephone questions will not be accepted. Selection and award will be made to that offeror, or those offerors, whose offer(s) willbe most advantageous to the Government. The following factors shall be used to evaluateoffers: (i) technical capability of the item offered to meet the Government requirement;(ii) price; (iii) past performance; and (iv) and the other factors listed below. The technical section of the offer shall include the work plan to meet all SOWrequirements, a list of qualifications held by key personnel that will be working on thiscontract, a list and description of the facilities used on this contract, and thecompleted Table 1 Technical Acceptability Matrix. The past performance section shall include three recent and relevant contracts for thesame or similar type work including contract numbers, and points of contact withtelephone numbers. Further consideration will be give to plans determined to be technically acceptable andaddress the following five value characteristics which exceed the listed requirements: 1. Accuracy (3.2.1.1) Exceed the listed requirement for accuracy. 2. Mass (3.2.8.1) Mass less than 70 g (0.15 lbs.). 3. Volume (3.2.8.2) Volume less than 20 cc (1.2 in3). 4. Steady-state current draw (3.3.2.2.2.1) Steady state current draw less than 10mA. 5. Method of approach to reach stated accuracy requirements Design meets the statedrequirements while minimizing the need for additional components such as MCUs withlook-up tables and can natively meet the performance requirements in pure analog form. 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 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note 'B'. Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10316205R/listing.html)
- Record
- SN02119589-W 20100414/100412235033-829af55d7a94e44b9b71c6afbc5112ce (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 |