Status Report

NASA JSC Solicitation: Fabrication of Flight Hardware Explosive Bolt Body for NASA Docking System

By SpaceRef Editor
February 28, 2012
Filed under , ,

Synopsis/Solicitation Combo – Feb 28, 2012

General Information

Solicitation Number: NNJ12427511Q
Posted Date: Feb 28, 2012
FedBizOpps Posted Date: Feb 28, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Mar 07, 2012
Current Response Date: Mar 07, 2012
Classification Code: 13 — Ammunition and explosives
NAICS Code: 332710
Set-Aside Code: Total Small Business

Contracting Office Address

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH

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 a Request for Quotations (RFQ) for the FABRICATION OF FLIGHT HARDWARE EXPLOSIVE BOLT BODY FOR NASA DOCKING SYSTEM as specified in the following Statement of Work:

http://procurement.jsc.nasa.gov/NNJ12427511Q/SOW-Explosive_bolt.docx

Drawing SDG26152320 Rev NC can be viewed at:

http://procurement.jsc.nasa.gov/NNJ12427511Q/SDG26152320_NC_0.pdf

Offererors must acknowledge Quality and Purchase Requirements when submitting a proposal. These can be viewed at:

http://procurement.jsc.nasa.gov/NNJ12427511Q/Quality-and-Purchase-Requirements.docx

The provisions and clauses in the RFQ are those in effect through FAC 2005-55.

This procurement is a total small business set-aside. See Note 1.

The NAICS Code and the small business size standard for this procurement are 332710 and 500 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 is required within 8 weeks ARO. Delivery shall be FOB Destination.

Offers for the items(s) described above are due by March 07, 2012 to LaToy Jones at latoy.j.jones@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.nasa.gov/Services/NEFS/NEFSHome.tml

Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), 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 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (FEB 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3,52.222-19,52.222-21,52.222-26,52.222-36,52.225-1,52.246-15

The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

All contractual and technical questions must be in writing via e-mail to latoy.j.jones@nasa.gov not later than March 02, 2012. 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 submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government’s requirement.

The Government reserves the right to make multiple awards for this procurement.

Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), Offeror Representations and Certifications – Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed — See NASA Specific Note “B”.

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/eps/bizops.cgi?gr=D&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: LaToy J. Jones
Title: Contracting Officer
Phone: 281-244-8023
Fax: 281-483-4066
Email: latoy.j.jones@nasa.gov

Name: Jessica C. Miller
Title: Contracting Officer
Phone: 281-483-6792
Fax: 281-483-4066
Email: jessica.c.miller@nasa.gov

SpaceRef staff editor.