Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

44 -- Graphitization Furnace

Notice Date
6/25/2020 9:11:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
80LARC20Q731649
 
Response Due
7/3/2020 10:00:00 AM
 
Archive Date
07/18/2020
 
Point of Contact
Lynnis Roberts, Phone: 7578641572, Lakhassia McCoy, Phone: 7578649062
 
E-Mail Address
lynnis.roberts@nasa.gov, lakhassia.y.mccoy@nasa.gov
(lynnis.roberts@nasa.gov, lakhassia.y.mccoy@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Graphitization Furnace NASA has a requirement for a�furnace for high temperature processing of carbon based composites meeting the specifications in the attached document. PSC: 4430 Industrial Furnaces, Kilns, Lehrs and Ovens NAICS: 333994 Industrial Process Furnace and Oven Manufacturing THIS REQUIREMENT IS SET ASIDE FOR VENDORS QUALIFYING AS SMALL BUSINESSES UNDER NAICS 333994. INSTRUCTIONS INSTRUCTION FOR VENDOR: ANY INFORMATION REQUESTED IN THIS SECTION MUST BE SUBMITTED TO THE CONTRACT SPECIALIST (a) Amendments to this RFQ. It is the vendor's responsibility to monitor the solicitation for the release of any amendments to this RFQ. (b) Costs of quote preparation. This RFQ is not an order. This is a request for information, and quotations furnished are not offers. This RFQ does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. (c) Additional GSA contract information. If quoting on item(s) on a GSA contract, the quoter shall include all other pertinent GSA contract information, if available, and show all applicable discounts for each line item. (d) Warranty information. Please indicate the warranty on the item(s) you are offering. (e) If the end product(s) offered is other than a 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. (f) The quote selected for award must submit a completed copy of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items, when requested by the contracting officer if not registered in https://www.sam.gov. The provision may be obtained via the internet at URL: https://www.acquisition.gov These representations and certifications will be incorporated by reference in any resultant contract. Questions are due by June 23, 2020 via email to Lynnis.roberts@nasa.gov. Submit questions with the solicitation number 80LARC20Q731649 in the subject line. EVALUATION *Interested vendors MUST include the solicitation number in the subject line of their emailed quote in order to be considered for award.* Basis for Selection: NASA LaRC will award a purchase order on a �Best Value� basis. Award will be made to the offeror�s quote which represents the best value to the Government considering all evaluations factors of technical merit, past performance and price. Price will be considered approximately equal to all factors when combined. Proposal Format � The quote shall be submitted in 3 parts, Technical, Past Performance and Price.� The technical portion shall not exceed 25 pages, in no less than 11 pt. font, and excluding title page, table of contents, and any figures, sketches, or diagrams. Past Performance and Price have no page limit; however, portions shall be limited to addressing the information requested. Evaluation Criteria: Factor 1 - Technical Merit � Technical merit will consist of the following subfactors: Meeting the Specifications: The offeror shall meet the requirements listed in the specifications posted for the graphitization furnace. Selecting & Designing: The offeror shall discuss in detail the capability of the proposed systems to meet the requirements set forth in the specifications along with the physical layout of the proposed system. Also, the offeror shall discuss in detail its ability to meet the option A. Site Requirements: The offeror shall address general site requirements to support the proper installation and operation of the equipment such as space requirements, floor load requirements for the equipment, standard utilities, and any additional equipment, apparatus or services required for the safe and proper use of the equipment. Schedule: The offeror shall address its schedule, delivery, installation and training dates to meet the requirements 14-18 of the Specifications. Factor 2 - Past Performance � The offeror shall identify three contracts that have been performed within the last three years and provide the following information: contract number, total dollar value, and customer point of contact. The offeror shall also provide a short narrative of the general scope of work for the three identified contracts. Factor 3 - Price Quotations � The price quote(s) shall include the following priced line items: Firm Fixed Price for the basic unit including installation / verification without optional items. Firm Fixed Price for option item A. Price for Training Firm Fixed Price for delivery at FOB Destination Total price of all items, base plus optional items ADDITIONAL SOLICITATION INFORMATION ADDITIONAL SOLICITATION INFORMATION FAR CLAUSE 52.204-7, SYSTEM FOR AWARD MANAGEMENT (JUL 2013) is incorporated by reference. FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (MAY 2015) is applicable. Addenda to FAR 52.212-4 are as follows: 1852.215-84 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 preaward and postaward 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 email address may be found at: http://prod.nais.nasa.gov/pub/pub_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. (End of clause) 2.3 1852.223-72 SAFETY AND HEALTH (SHORT FORM). (JUL 2015) (a) Safety is the freedom from those conditions that can cause death, injury, occupational illness; damage to or loss of equipment or property, or damage to the environment. NASA is committed to protecting the safety and health of the public, our team members, and those assets that the Nation entrusts to the Agency. (b) The Contractor shall have a documented, comprehensive and effective health and safety program with a proactive process to identify, assess, and control hazards and take all reasonable safety and occupational health measures consistent with standard industry practice in performing this contract. (c) The Contractor shall insert the substance of this clause, including this paragraph (c) in subcontracts that exceed the simplified acquisition threshold where work will be conducted completely or partly on Federally-controlled facilities. (End of clause) 2.4 1852.225-70 EXPORT LICENSES. (FEB 2000) (a) The Contractor shall comply with all U.S. export control laws and regulations, including the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance. (b) The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed on-site at NASA Langley Research Center, where the foreign person will have access to export-controlled technical data or software. (c) The Contractor shall be responsible for all regulatory record keeping requirements associated with the use of licenses and license exemptions/exceptions. (d) The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors. (End of clause) 2.5 1852.237-73 RELEASE OF SENSITIVE INFORMATION. (JUN 2005) (a) As used in this clause, ""sensitive information"" refers to information, not currently in the public domain, that the Contractor has developed at private expense, that may embody trade secrets or commercial or financial information, and that may be sensitive or privileged. (b) In accomplishing mana management simulation cases, modular equipment availability/placement, modular grading system based on Role, Data Distribution System integration with additional sepsis and burn case simulations into these virtual environments. Incorporate multiplayer capability for team care, observer/teacher facilitation, transcontinental/coalition partner pilot study, and ROLE II mass casualty/multi-patient scenario. 5.0 CONTACT INFORMATION:� �All information regarding Capabilities Statements or any other proprietary information relative to this RFI shall be submitted via email to Brenda Mena at brenda.i.mena.civ@mail.mill no later than 10:00 a.m. E.S.T. on Friday, 10 July 2020.� Please put the title:� Virtual Reality (VR) Training Platform Requirement for MAMC in the Subject Line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3f6307de49ba418baab21235a840eb99/view)
 
Place of Performance
Address: Hampton, VA 23681, USA
Zip Code: 23681
Country: USA
 
Record
SN05703292-F 20200627/200625230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.