SOLICITATION NOTICE
J -- C20 Avionics Upgrade - C20 Avionics Upgrade
- Notice Date
- 9/18/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
- ZIP Code
- 93523-0273
- Solicitation Number
- 80AFRC18R0015
- Point of Contact
- Tiffany N. Goodwin, Phone: 16612762289, Rosalia Toberman, Phone: 6612763931
- E-Mail Address
-
tiffany.n.goodwin@nasa.gov, rosalia.toberman-1@nasa.gov
(tiffany.n.goodwin@nasa.gov, rosalia.toberman-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment_2-Q1A Quality Requirement Attachment 1.1-Exhibits_1-4 Attachment_1- Avionics_SOW_09172018 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number: 80AFRC18R0015; this solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. This requirement is a full and open competition. NAICS code 488190 Small business size standard $32,500,000.00 respectively. Contract Line Item: ItemDescriptionQuantity 001Avionics Upgrade1 job 002Maintenance1 job See Attachment 1-Avionics_SOW_09132018ljand Attachment 1.1-Exhibits 1-4 for work to be completed, testing, documentation, and repair requirements along with Attachment 2-Q-1A-E for the Q-1A quality requirement. In accordance with NPR 1800.1D which can be found at: https://nodis3.gsfc.nasa https://nodis3.gsfc.nasa.gov/displayDir.cfm?t=NPR&c=1800&s=1C The following sections apply see attachment 3: AFRC 80248 4.16Laser and Non-laser Optical Radiation 4.17 Radio Frequency Electromagnetic Radiation Delivery should take place 30 days or sooner after award of contract. FOB Destination and acceptance point are NASA Armstrong Flight Research Center, 2825 East Ave. P, Building 703, Palmdale, California 93523. The provision at 52.212-1, Instructions to Offerors - Commercial (Jan 2017), applies to this acquisition with the follow addenda to the provision: Submission of offers. Offers for the items(s) described above are due by 9:00 A.M. PT on September 24, 2018 to tiffany.n.goodwin@nasa.gov and must include, solicitation number, FOB destination to above designated location, 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. As a minimum, offers must show - Technical Requirements: Offeror shall provide technical information that demonstrates the proposed items capability to meet or exceed the Government's requirement. That includes requirements listed in the attached quality document Q-1, section A; possess current FAA Repair Station certification to C.F.R Part 145 for cockpit avionics; all avionics work shall be performed at a licensed Avionics Repair Station Site, possess FAA Airframe and Power Plant (A&P) certification or work under a Repairman's certificate, be responsible for Quality Assurance of their vendors; have a procedure for reporting non-conforming articles, materials and equipment; provide inspectors to verify work is completed in accordance with technical specification; utilize a system of positive tool control; certify that possession or ability to obtain all fixtures, tooling and support equipment necessary to perform required maintenance; that all work will be performed at the same location; possess all relevant technical reference material to perform tasks and meet the requirements of the Statement of Work (SOW). Price: Offeror shall propose a firm-fixed-price for each line item. Offeror must comply with the requirements of FAR 52.212-1(j) "Unique entity identifier" and FAR 52.212-1(k) "System for Award Management" to be eligible for award. 52.204-7System for Award Management. (Oct 2016) 52.204 -16Commercial and Government Entity Code Reporting (Jul 2016) Vendor's responsibility for monitoring FedBizOpps.gov for the release of any amendments to this RFQ. The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition with the follow addenda to the clause: Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the Offeror has FAA certification, the appropriate tooling, knowledge, and skill level to perform the services and meet the requirements of the SOW. Price: Offeror shall propose a firm-fixed price for the line items Award will be made to the lowest priced, technically acceptable offeror. By submission of its offer, the offeror accedes to all RFQ requirements, including terms and conditions, representations and certifications, in addition to those identified as evaluation factors. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's 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. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2018), with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), apply to this acquisition with the following addenda to the clause: 52.204-4 Printed or Copied Double-Sided On Postconsumer Fiber Content Paper. (May 2011) 52.204-9Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-18Commercial and Government Entity Code Maintenance (Jul 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-13 Bankruptcy (Jul 1995) 52.245-1Government Property (Jan 2017) 52.245-1Alternate I (April 2017) 52.245-9Use and Charges (April 2012) 1852.204-76 Security Requirements for Unclassified Information Technology Resources (Jan 2011) 1852.215-84Ombudsman (Nov 2011) 1852.223-71Authorization for Radio Frequency Use (April 2015) 1852.223-75 Major Breach of Safety Or Security. (Feb 2002), Alternate I (Feb 2006) 1852.225-70 Export Licenses (Feb 2000) 1852.237-72 Access to Sensitive Information (Jun 2005) 1852.237-73 Release of Sensitive Information (Jun 2005) 1852.245-72Liability for Government Property Furnished for Repair or Other Services (Jan 2011) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2018), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19, 52.204-23, 52.209-10, 52.233-3, 52.233-4, 52.203-6 Alt I, 52.204-10, 52.204-14, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-22,52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-53, 52.223-18, 52.225-13, 52.225-25, 52.232.33
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/80AFRC18R0015/listing.html)
- Place of Performance
- Address: 2825 East Ave. P, Palmdale, California, 93550, United States
- Zip Code: 93550
- Zip Code: 93550
- Record
- SN05093903-W 20180920/180918230929-f7984d9812da0eafc3c41e13655d7e0f (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 |