SOLICITATION NOTICE
59 -- POWER INVERTERS
- Notice Date
- 7/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
- ZIP Code
- 00000
- Solicitation Number
- NNJ12435301Q
- Response Due
- 8/10/2012
- Archive Date
- 7/24/2013
- Point of Contact
- Kendrea Vallien, Contracting Officer, Phone 281-244-7176, Fax 281-144-2370, Email kendrea.d.vallien@nasa.gov
- E-Mail Address
-
Kendrea Vallien
(kendrea.d.vallien@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NASA/JSC has a requirement for Power Inverters. 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; which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to submit their quote for the items described below by 4:00PM Central Standard Time (CST) August 10, 2012 to NASA-JSC Attn: Kendrea Vallien (kendrea.d.vallien@nasa.gov), JSC-BG, Houston TX, 77058. This notice is being issued as a RFQ for thirty (30) of the following items or their equivalent: ExelTech 1100W 28VDC input-to-120VAC/60Hz power inverters (Part# XPK-1-2-6-1-97) with the manufacturers warranty of one (1) year, which shall be included in the price of the hardware requested. Also all Non-Recurring Engineering (NRE) costs shall be included in the price. The Statement of Work can be viewed at: http://procurement.jsc.nasa.gov/NNJ12435301Q/28Vdc-120Vac-Power-Inverter-SOW.docx The specifications of this hardware shall meet the unique power interface requirements for the International Space Station without impacting or harming the internal power system and it shall meet the power requirements defined by Space Station Program (SSP) 52051 Volume 2; the User Electric Power Specifications and Standards Volume 2: Multi-Segment Portable 28 Volt DC Equipment. All assembled power inverters defined in this synopsis shall be from the same homogenous manufacturing lot production. Delivery shall be Free on Board (F.O.B.) Destination. All deliveries must be made no later than twenty (20) weeks after the start of the contract period of performance. Delivery shall be to: NASA Johnson Space Center, 2101 NASA Parkway, Building 421 Bond (ODDI Account), Houston, TX 77058 c/o Stephen Hunter, mail code OD111. The provisions and clauses in the RFQ are those in effect through the Federal Acquisition Circular (FAC) 2005-58. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 335999 All Other Miscellaneous Electrical Equipment and Component Manufacturing and 500 employees 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. Offers for the items described above are due via email by 4:00 p.m. CST to Kendrea Vallien and must include, solicitation number, FOB destination to Johnson Space Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offers for the items cannot exceed ten (10) pages. Any pages exceeding this threshold will be discarded and will not be evaluated. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end products offered are 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 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-7, 52.204-10, 52.219-6, 52.225-1, 52.225-2, 52.225-13,52.232-33, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37,1852.215-84, 1852.225-70, 1852.237-73. NFS 1852.246-73 HUMAN SPACE FLIGHT ITEM (MAR 1997) 'FOR USE IN HUMAN SPACE FLIGHT; MATERIALS, MANUFACTURING, AND WORKMANSHIP OF HIGHEST QUALITY STANDARDS ARE ESSENTIAL TO ASTRONAUT SAFETY. IF YOU ARE ABLE TO SUPPLY THE DESIRED ITEM WITH A HIGHER QUALITY THAN THAT OF THE ITEMS SPECIFIED OR PROPOSED, YOU ARE REQUESTED TO BRING THIS FACT TO THE IMMEDIATE ATTENTION OF THE PURCHASER.' Certificate of Compliance (C of C) Supplier shall provide a certification with each shipment to attest that the parts, assemblies, subassemblies, or detail parts conform to the order requirements. When applicable, the true manufacturers, lot, batch, date code, and/or serial number must appear on the certification. Certification must contain the following: Customers Order number Product name Part and Serial number Name and address of manufacturing or processing location Manufacturers lot, batch, date code, and/or serial number (if applicable) Quantity and unit of measurement (each, box, case, gallons, etc.) Be signed and dated by an official of the company. Traceability a. Supplier will submit product lot number/date code and or serial number with each shipment. b. Supplier will certify that when parts/material are from different lots, they are packaged separately. Processes and Products The supplier will notify the customer of proposed changes in process definition and will obtain approval from the customer prior to implementing the change. Changes affecting processes, production equipment, tools and programs shall be documented. Procedures shall be available to control their implementation. This statement shall also apply to Supplier designated critical processes that have been sub-contracted. Counterfeit Clauses The successful offeror shall ensure that only new and authentic materials are used in products delivered to NASA. The supplier may only purchase parts directly from Original Components Manufacturers (OCMs); OCM franchised distributors or authorized aftermarket manufacturers. Use of product that was not provided by these sources is not authorized unless first approved in writing by NASA. The successful offeror must present compelling support for its request (e.g., OCM documentation that authenticates traceability of the parts to the OCM), and include in its request all actions to ensure the parts thus procured are authentic/conforming parts. Government Right of Access The Government has the right to inspect and test all supplies called for by the contract, to the extent practicable, at all places and times, including the period of manufacture, and in any event before acceptance. The Government shall perform inspections and tests in a manner that will not unduly delay the work. The Government assumes no contractual obligation to perform any inspection and test for the benefit of the Contractor unless specifically set forth elsewhere in this contract. If the Government performs inspection or test on the premises of the Contractor or a sub-contractor, the Contractor shall furnish, and shall require sub-contractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. Except as otherwise provided in the contract, the Government shall bear the expense of Government inspections or tests made at other than the Contractors or sub-contractors premises; provide, that in case of rejection, the Government shall not be liable for any reduction in the value of inspection or test samples. Non Conforming Material Per this requirement the customer grants no authority to disposition product or process nonconformances to the Supplier or its sub-tier suppliers. Repair is not allowed under this clause. Nonconformances shall be reported to the Government as soon as it is detected and determined not to be re-workable and may be salvageable. When notification is required, notification shall be within 3 working days after the nonconformance is discovered. This requirement applies to all procurements. 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 question both contractual and technical questions must be in writing by email to Kendrea Vallien (kendrea.d.vallien@nasa.gov), no later than 4:00 PM CST on August 03, 2012. Questions will not be accepted by fax or telephone. Selection and award will be made in accordance with 52.212-2 (Jan 1999), Evaluation Commercial Items. 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 shall be used to evaluate offers: Technically Acceptability Cost/Price Past Performance In accordance with FAR 15.304, technical acceptability and past performance, when combined, are significantly more important than cost/price. Technical acceptability is significantly more important than past performance. 1. Technical Acceptability - The baseline shall be evaluated for the complete and adequate response to the SOW. The technical requirements will be rated as either meets requirements or does not meet requirements. 2. Cost/Price - This factor shall be used to evaluate the realism of the proposed costs for the item being proposed. 3. Past Performance - Past Performance indicates how well an offeror performed on earlier work and can be a significant indicator of how well it can be expected to perform the work at hand. The offerors past performance including recent experience will be evaluated by the buying team. The evaluation will be based on information provided by offerors in their proposals, information obtained by the buying team based on communications with listed references as well as any other information obtained independently by the buying team. Past Performance for the offeror (and and major subcontractors, if applicable) will be evaluated and rated as Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory. If an offeror has no past performance experience, it will be given a neutral rating. The offeror can provide information from organizations and companies from which your company has previously performed work, in order for the Government to obtain appraisals of past performance. Offerors shall each provide information for up to three (3) past contracts (subject to the page limitation constraints). If the contract is ongoing, the offeror should have performed work on the contract for a period of at least three (3) months. Offerors shall consider the relevancy, recency and magnitude of the effort(s) as they relate specifically to this requirement. Offerors are advised that the Governments evaluation of submitted contracts for past performance will include an evaluation of how recently performance has occurred. Only contracts with performance within three (3) years from date of the solicitation will be considered recent. Offerors with no past performance experience shall so state. The following information shall be provided regarding the offerors past performance: Contract number Contract value Employing Agency/Company Name Point of Contact (including address, telephone and fax numbers, and e-mail addresses) If a Government Agency, include both the Contracting Officer and Contracting Officers Technical Representative points of contact Contract Description Place of Performance Period of Performance Contract Type Status of Contract (current, terminated (if so, why), successfully completed (include completion date)) North American Industrial Classification System (NAICS) Code You may include up to one page of introductory material about the experience and performance of your company (if applicable). You may submit additional reference information on experience and past performance for consideration in this introductory material. However, providing such information in with the introductory material shall be subject to the one page limitation constraints. A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful offeror shall result in a binding contract upon agreement of both parties. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include completed copies of the provision at 52.212-3 (APR 2012), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12435301Q/listing.html)
- Record
- SN02813492-W 20120726/120725000032-7c2627e5bdb8986fee7ab28d0523659b (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 |