Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2015 FBO #5101
SOLICITATION NOTICE

66 -- PORTABLE DATA ACQUISITION SYSTEM - ACOUSTICS

Notice Date
11/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA16568642Q-AGS
 
Response Due
11/17/2015
 
Archive Date
11/9/2016
 
Point of Contact
Gary A Shelley, Contract Specialist, Phone 650-604-0065, Email gary.a.shelley@nasa.gov - Bethany A McClave, Contracting Officer, Phone 650-604-3747, Fax 650-604-3020, Email Bethany.A.McClave@nasa.gov
 
E-Mail Address
Gary A Shelley
(gary.a.shelley@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/ARC has a requirement to purchase one (1) Portable Data Acquisition System that is capable of acquiring acoustics data, over a wide dynamic range and at high sampling rates, to support DoD classified work in both wind tunnel and outdoor field testing environments. This product is to be delivered to NASA Ames Research Center, Moffett Field, CA. This notice is a combined synopsis/solicitation #NNA16568642Q 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. The Government intends to acquire commercial items using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. All responsible sources may submit an offer. Any submissions by an offeror shall include descriptive literature (i.e. item brochure, specifications table) of the product submitted in order for evaluators to determine technical capability. Any submitted quote that does not provide any descriptive literature as stated above will be considered unresponsive and will not be evaluated for award.In order to be considered technically capable, the product must meet or exceed the minimum requirements listed in Table #1 of the Statement of Work (SOW). The detailed minimum requirements of this product and further information is provided in ATTACHMENT #1 Statement of Work. This is a 100% small business set aside RFQ. The North American Industry Classification System (NAICS) code is 334519. Offerors must list this NAICS code (334519) in their company's SAM registration to be considered for award. Questions regarding this acquisition must be submitted in writing (by e-mail only) no later than November 13, 2015 at 3:00 p.m. (PST). It is the Offeror's responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). Proposals are due no later than 4:00 p.m. (PST) on November 17, 2015, to the Contract Specialist, Gary Shelley at gary.a.shelley@nasa.gov, and shall include a firm fixed price for each of the items, a proposed delivery date, warranty duration (if applicable), a taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors must include completed copies of the provision at 52.212-3 Offeror Representations and Certification-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. The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm The NASA FAR Supplement may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm Offerors shall provide the information required by FAR 52.212-1, Instruction to Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs (j) and (k) that require all offerors to have a DUNS number and current SAM registration. FAR 52.212-2, 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: (1) Technical Acceptability and (2) Price. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not provided in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. Offerors shall provide the information required by FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If the offeror has already entered their representations and certifications at the System for Award Management (SAM) at www.sam.gov, offerors are only required to complete paragraph (b) of the provision. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Submission of Invoices (ARC 52.232-90), 52.247-34 F.O.B. Destination, 1852.215-84 Ombudsman, 1852.225-70 Export Licenses, 1852.237-73. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified FAR clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-29, 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination. The following NFS clauses will also be incorporated into the resultant purchase order: NFS 1852.215-84 Ombudsman. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Information about major upcoming ARC procurement actions is available at http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA16568642Q-AGS/listing.html)
 
Record
SN03941571-W 20151111/151109233928-33c840d05dc124119f2d2b8c03155e71 (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.