Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

34 -- AIRCRAFT JACK TESTER

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND10352110Q
 
Response Due
8/24/2010
 
Archive Date
8/18/2011
 
Point of Contact
Robbin Kessler, Contracting Officer, Phone 661-276-3761, Fax 000-000-0000, Email robbin.m.kessler@nasa.gov
 
E-Mail Address
Robbin Kessler
(robbin.m.kessler@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for:BRAND NAME OR EQUAL Columbus Jack Universal Jack Tester Model 9365-010, minimumvertical capacity 125 Tons, minimum opening height 8.5 inches, maximum opening height of240 inches, overall structure height not to exceed 360 inches.Must include Certificateof Conformance (see attached Q-5 Revision A Quality Assurance Form) and Installation,Operation, Parts and Maintenance Manuals.The provisions and clauses in the RFQ are those in effect through FAC 2005-44.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 336413 and1,000, 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 NASA Dryden Flight Research Center Aircraft Operations Facility (DAOF),Palmdale, CA is required within 120 days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by August 24, 2010, 3:00 p.m. PDT, torobbin.m.kessler@nasa.gov and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.203-6 Alt 1, 52.219-6, 52.219-8, 52.219-28, 52.222-3,52.222-19, 52.222-26, 52.222-26, 52.222-35, 52.222-36, 52.222-35, 52.222-54, 52.225-3,52.225-13, 52.232-33.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 The following additional clauses are applicable to this acquisition:52.204-7 Central Contractor Registration (Apr 2008)52.252-2 Clauses Incorporated by Reference (Feb 1998)All contractual and technical questions must be in writing via email torobbin.m.kessler@nasa.gov not later than August 20, 2010, at 11:00 a.m. PDT. Telephonequestions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit andprice.It is critical that offerors provide adequate detail to allow evaluation of theiroffer.(SEE FAR 52.212-2(a)).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=24. 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/DFRC/OPDC20220/NND10352110Q/listing.html)
 
Record
SN02245727-W 20100820/100818235859-5283cf0c009d4192aa0440966832f9c5 (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.