|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BE 17 -- TRANSFER ASSEMBLY BOOSTER SOL 9-BE13-44-9-14P DUE 031599 POC
Eric W. Lewis, Contract Specialist, Phone (281) 483-0575, Fax (281)
244-5331, Email eric.w.lewis1@jsc.nasa.gov -- Yolande B. Harden,
Contracting Officer, Phone (281) 483-9953, Fax (281) 244-5337, Email
yolande.b.harden1@jsc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-44-9-14P. E-MAIL: Eric W.
Lewis, eric.w.lewis1@jsc.nasa.gov. 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; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). NASA/JSC has a
requirement for the manufacture and delivery of 100 X-38 Transfer
Booster Assemblies, in accordance with the Statement of Work below. The
provisions and clauses in the RFQ are those in effect through FAC 97-10
. The SIC code and the small business size standard for this
procurement are 3728 and 1000, respectively. The quoter shall state in
their quotation their size status for this procurement. All qualified
responsible business sources may submit a quotation which shall be
considered by the agency. Delivery to JSC is required within twenty
weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this
procurement is DO-09. Quotations for the items(s) described above may
be mailed or faxed to the identified point of contact office, by the
date/time specified and 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. Quoters are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to
submit a quotation. Quoters shall provide the information required by
FAR 52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained viathe internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. Addenda to FAR 52.212-4 are as follows: Statement of Work
X-38 V-201 Transfer Boosters Part Number SEK51327001-701 1.0 Overview
The X-38 vehicle V-201 is an un-piloted version of the planned
International Space Station emergency return vehicle (CRV). The V-201
will be carried to space in the Space Shuttle, and released for a
demonstration flight back to Earth. Upon descent, several panels will
be jettisoned from the X-38 for parachute deployment and landing gear
release. Each rectangular panel will be cut with 4 linear shaped charge
sections, connected by two transfer boosters at each of the corners. A
detonator will be placed at each corner. The tip of each detonator
will be oriented to the side of one of the two corner transfer
boosters. 2.0 Design Design of the boosters shall be controlled by the
attached drawing. Any deviations to the drawing shall be approved by
NASA. The following deviations are accepted:a) The transfer charge may
be laser welded. b) The inner diameter of the sleeve may be revised to
.105 nominal. 3.0 Manufacturing The Contractor shall manufacture and
deliver 100 transfer boosters. The Contractor shall manufacture
additional boosters to satisfy destructive lot acceptance requirements.
All booster tips shall be made from a single lot of HNS, and all
detonator cord segments shall be from a single lot of cord. 4.0 Lot
Testing The following lot acceptance testing is required. NASA shall be
given 2 weeks to review lot acceptance test data prior to shipment of
the boosters. 7 A minimum of 10 transfer boosters shall have a dent
block test performed. NASA shall approve the material of the dent
block, distances, and mechanical surroundings prior to testing.
Acceptance criteria: Dent shall be at least TBD deep. 7 A sample lot of
detonation cord used for this order shall be tested for detonation
velocity. Acceptance criteria: 6,000 to 6,900 Meters/Sec. 5.0
Acceptance Testing 7 Each of the boosters shall be Helium leak tested.
Acceptance criteria: less than 1x 10 E-6 cc/sec He at 1 ATM 7 Each
booster shall be X-rayed along its axis at any rotational position.
Acceptance criteria: General assembly and no foreign materials. 7 Each
of the boosters shall be N-rayed along its axis at any rotational
position. Acceptance criteria: General assembly and no foreign
materials. 6.0 Documentation The following documentation shall be
submitted to NASA for review/approval at least 2 weeks prior to
shipment of the boosters: a) Materials certificate of compliance (C of
C) for all raw materials, including: detonation cord, HNS, cup, and
sleeve. b) Results of the detonation cord velocity tests c) Results of
the dent block tests d) Results of the Helium leak tests e) X-ray view
of each booster f) N-ray view of each booster 7.0 Shipping NASA will
forward all necessary documentation for transportation of the transfer
boosters. Contractor shall package boosters to prevent damage during
shipment. Boosters shall be ready for delivery within 20 weeks ARO. FAR
52.212-5 is applicable and the following identified clauses are
incorporated by reference. Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items (Jan 1999)
(a) The Contractor agrees to comply with the following FAR clauses,
which are incorporated in this contract by reference, to implement
provisions of law or executive orders applicable to acquisitions of
commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2)
52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor
agrees to comply with the FAR clauses in this paragraph (b) which the
contracting officer has indicated as being incorporated in this
contract by reference to implement provisions of law or executive
orders applicable to acquisitions of commercial items or components:
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government,
with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). (2) 52.219-8,
Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)).
(3) 52.222-26, Equal Opportunity (E.O. 11246). (4) 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era (38 U.S.C. 4212). (5) 52.222-36, Affirmative Action for Workers
with Disabilities (29 U.S.C. 793). (6) 52.222-37, Employment Reports on
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (7)
52.225-3, Buy American Act -- Supplies (41 U.S.C. 10). (c) The
Contractor agrees to comply with the FAR clauses in this paragraph (c),
applicable to commercial services, which the Contracting Officer has
indicated as being incorporated in this contract by reference to
implement provisions of law or executive orders applicable to
acquisitions of commercial items or components: (d) Comptroller General
Examination of Record. The Contractor agrees to comply with the
provisions of this paragraph (d) if this contract was awarded using
other than sealed bid, is in excess of the simplified acquisition
threshold, and does not contain the clause at 52.215-2, Audit and
Records -- Negotiation. (1) The Comptroller General of the United
States, or an authorized representative of the Comptroller General,
shall have access to and right to examine any of the Contractor's
directly pertinent records involving transactions related to this
contract. (2) The Contractor shall make available at its offices at all
reasonable times the records, materials, and other evidence for
examination, audit, or reproduction, until 3 years after final payment
under this contract or for any shorter period specified in FAR Subpart
4.7, Contractor Records Retention, of the other clauses of this
contract. If this contract is completely or partially terminated, the
records relating to the work terminated shall be made available for 3
years after any resulting final termination settlement. Records
relating to appeals under the disputes clause or to litigation or the
settlement of claims arising under or relating to this contract shall
be made available until such appeals, litigation, or claims are finally
resolved. (3) As used in this clause, records include books, documents,
accounting procedures and practices, and other data, regardless of type
and regardless of form. This does not require the Contractor to create
or maintain any record that the Contractor does not maintain in the
ordinary course of business or pursuant to a provision of law. (e)
Notwithstanding the requirements of the clauses in paragraphs (a), (b),
(c) or (d) of this clause, the Contractor is not required to include
any FAR clause, other than those listed below (and as may be required
by an addenda to this paragraph to establish the reasonableness of
prices under Part 15), in a subcontract for commercial items or
commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246);
(End of clause) Questions regarding this acquisition must be submitted
in writing no later than March 9, 1999. Quotations are due by 4 P.M.
March 15, 1999 to the address specified above. Selection and award will
be made to the lowest priced, technically acceptable quoter. Technical
acceptability will be determined by information submitted by the
quoter providing a description in sufficient detail to show that the
product quoted meets the Government's requirement. Quoters must provide
copies of the provision at 52.212-3, Offeror Representation and
Certifications -- Commercial Items with their quote. See above for
where to obtain copies of the form via the Internet. An ombudsman has
been appointed -- See Internet Note "B". It is the quoter's
responsibility to monitor this site for the release of amendments (if
any). Potential quoters will be responsible for downloading their own
copy of this combination synopsis/solicitation and amendments (if any).
See Note(s) Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html. Posted 02/25/99
(D-SN302262). (0056) Loren Data Corp. http://www.ld.com (SYN# 0177 19990301\17-0001.SOL)
17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page
|
|