Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOLICITATION NOTICE

48 -- HIGH PRESSURE NITROGEN ISOLATION VALVES

Notice Date
8/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12432614R
 
Response Due
8/24/2012
 
Archive Date
8/3/2013
 
Point of Contact
Rochelle N Overstreet, Contract Specialist, Phone 281-483-6768, Fax 281-483-4066, Email rochelle.n.overstreet@nasa.gov - LaToy J. Jones, Contracting Officer, Phone 281-244-8023, Fax 281-483-4066, Email latoy.j.jones@nasa.gov
 
E-Mail Address
Rochelle N Overstreet
(rochelle.n.overstreet@nasa.gov)
 
Small Business Set-Aside
N/A
 
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 Proposal (RFP) for the fabrication and delivery of 24 normally closed pyrotechnic high pressure nitrogen isolation valves for use on the International Space Station (ISS) Simplified Aid for Extra Vehicular Activity (EVA) Rescue (SAFER) units. http://procurement.jsc.nasa.gov/NNJ12432614R/ISS-Pyro-SOW-2.doc Pyro Valves (24 units) are desired on December 31, 2012. Partial Delivery on December 31, 2012 is acceptable with follow-on shipments over the next 2-3 months. The provisions and clauses in the RFP are those in effect through FAC 2005-60. The NAICS Code and the small business size standard for this procurement are 325920 and 750 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(s) described above are due by 4:30 PM, August 24, 2012 to rochelle.n.overstreet@nasa.gov and latoy.j.jones@nasa.gov 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 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 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 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 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (July 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: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.209-10, 52.219-4, 52.219-8, 52.219-9, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-1, 52.225-5, 52.225-13, and 52.232-33. The following FAR clauses are also incorporated by reference: 52.223-11. The following NFS clauses are incorporated by reference: 1852.246-73. 52.246-11 Higher-Level Contract Quality Requirement (Feb 1999) The contractor shall comply with the higher-level quality standards below: - SAE AS9100C, Quality Management Systems for Aviation, Space and Defense Organizations - ANSI NCSL Z540-1, Requirements for Calibration Laboratories, Measuring, and Test Equipment - IEST-STD-CC1246D, Product Cleanliness Levels and Contamination Control Program - J-STD-001ES, Space Applications Electronic Hardware Addendum to Requirements for Soldered Electrical and Electronic Assemblies - JSC-49879, Johnson Space Center (JSC) Wire and Cable Integrity Compliance Program - SAE-AS22759/20, Wire, Electric, Flouropolymer Insulated, High Strength Alloy - SAE-AMS 2681, Welding, Electron Beam - MIL-P-27401C, Propellant, Pressuring Agent Nitrogen Welding - MIL-STD-7742, Screw Threads, Optimum Selected Series, General Specification for 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 (via e-mail) to Rochelle Overstreet and La Toy Jones not later than 4:00 PM local time August 15, 2012. Telephone questions will not be accepted. Selection and award will be in accordance with 52.215-122 Combination of Lowest Priced Technically Acceptable and Trade-Off of Other Non-Cost Related Factors and Cost or Price (OCT 2006)(JSC PROCUREMENT INSTRUCTION). The Government will award a contract resulting from this solicitation to the offeror whose proposal represents the best value after evaluation. This procurement shall be conducted utilizing a combination of technically acceptable baseline requirements and a tradeoff of past performance, predefined qualitative value characteristics, and cost/price. The following factors shall be used to evaluate offers: -Technical Acceptability -Past Performance -Predefined Qualitative Value Characteristics -Cost/Price 1. Technical Acceptability The baseline shall be evaluated for the complete and adequate response to the SOW. The technical requirements and quality plan will be rated as either meets requirements or does not meet requirements. 2. 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 (add and major subcontractors, if applicable) will be evaluated and rated as Excellent, Very Good, Good, Fair, or Poor*. If an offeror has no past performance experience, it will be given a neutral rating. 3. Predefined Qualitative Value Characteristics (VC) All offers will be judged against the qualitative characteristics. Only items specifically proposed as Qualitative Value Characteristics will be evaluated as such. The following Predefined Qualitative Value Characteristics are applicable to this procurement and will be evaluated and rated as adding no value, adding minimal value, or adding significant value. A. Ability to deliver hardware within dates established in the SOW. Provide rationale/examples that support this ability. B. Demonstrated understanding of the technical requirements, as evidenced through the technical proposal response. C. Completeness and thoroughness of proposed compliance matrix. 4. Tradeoff Process 1. If all offers are of approximately equal merit, award will be made to the offeror with the lowest most probable cost. 2. The Government will consider awarding to an offeror with higher merit if the difference in price is commensurate with added value. 3. The Government will consider making award to an offeror whose offer has lower merit if the price (or cost) differential between it and other offers warrant doing so. 4. Technical requirements and past performance, when combined, are approximately equal to cost. Those offers determined to meet the baseline requirements will be judged against the value characteristics listed in paragraph 3, which establish what the Government considers to be valuable in an offer beyond the baseline requirements. The value characteristics are performance-based and permit selection of the offer which provides better results for a reasonable increase in price. Cost and technical capability will be considered equal in importance and will not be assigned weights. On those value characteristics the offeror chooses to provide, adequate information should be submitted to permit proper evaluation. 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). 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/NNJ12432614R/listing.html)
 
Record
SN02826031-W 20120805/120803234852-395309916880008e3a52a989c7b28e61 (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.