Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2014 FBO #4514
SOLICITATION NOTICE

84 -- ORION EXPLORATION FLIGHT TEST - 1 PINS

Notice Date
4/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541890 — Other Services Related to Advertising
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BT
 
ZIP Code
00000
 
Solicitation Number
NNJ14505110Q
 
Response Due
4/14/2014
 
Archive Date
4/2/2015
 
Point of Contact
Grace A Aldridge, Contract Specialist, Phone 281-244-0621, Fax 281-483-0503, Email grace.a.aldridge@nasa.gov - Shine Lin, Contracting Officer, Phone 281-792-7845, Fax 281-483-0503, Email shine.lin@nasa.gov
 
E-Mail Address
Grace A Aldridge
(grace.a.aldridge@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 Request for Quotations (RFQ) for Orion Exploration Flight Test 1 (EFT-1) pins. Please use these parameters along with a reference image of the pin design: 1 1/8 1.6 mm thick Full color offset printing Hard enamel Black nickel plating Image 1 can be viewed at this link: http://procurement.jsc.nasa.gov/NNJ14505110Q/EFT1_final.jpg Image 2 can be viewed at this link: http://procurement.jsc.nasa.gov/NNJ14505110Q/EFT1_final.pdf Image 3 can be viewed at this link: http:// procurement.jsc.nasa.gov/NNJ14505110Q/Orion-EFT-1-pin-samp-back.jpg Image 4 can be viewed at this link: http://procurement.jsc.nasa.gov/NNJ14505110Q/Orion-EFT-1-pin-samp-front-12-5-12.jpg Each offer shall mail a sample (Sample #1) of a hard enamel pin they have created in the past using a similar process and parameters as described above. The quality of the sample will be a part of the evaluative criteria. Offerors Sample #1 must be mailed to NASA Johnson Space Center to Grace Ann Aldridge/BT and are due with the offer described below. The provisions and clauses in the RFQ are those in effect through FAC 2005-72. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 541890 AND $14,000,000 average annual receipts 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 NASA Johnson Space Center, 2101 NASA Parkway, Houston, TX 77058 is required within 45 days after Sample #2 is approved. Delivery shall be FOB Destination. Please submit offers for the quantities of 10,000, 20,000, 30,000, 40,000, and 50,000 pins. Offers for the items(s) described above are due by COB Monday, April 14th, 2014 to Grace Ann Aldridge at grace.a.aldridge@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.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), 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 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2014), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-13, 52.204-7, 52.204-10, 52.209-1, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.225-1, 52.225-13, 52.232-33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing via e-mail to Grace Ann Aldridge at grace.a.aldridge@nasa.gov no later than April 7, 2014. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information and Sample #1 submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Once the selection is made, the awarded offeror must submit a sample (Sample #2) of the Orion EFT-1 pin within 7 calendar days of being awarded for quality assurance. The back of the pin must contain the text NASA OFFICIAL COMMEMORATIVE. Following sample approval, the delivery will be expected in 45 days. Offerors must include completed copies of the provision at 52.212-3 (NOV 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm.These representations and certifications will be incorporated by reference in any resultant contract. Ombudsman (NOV 2011): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the pre award and post award phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. (b)If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman, whose name, address, telephone number, facsimile number, and e-mail address may be found at: http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the Agency ombudsman identified at the above URL. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document. 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/p ub_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/nais/link_syp.cgi. 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/NNJ14505110Q/listing.html)
 
Record
SN03327371-W 20140404/140402235050-f7a3123d1923c6d94764e0eef1f7d369 (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.