NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

FABRICATION OF THE SUB-SCALE J-2X INDUCER TEST RIG


Synopsis/Solicitation Combo - Dec 16, 2008
Amendment 01 - Posted on Dec 17, 2008
attachments - Posted on Dec 16, 2008

General Information
Solicitation Number: NNM09277681Q
Posted Date: Dec 16, 2008
FedBizOpps Posted Date: Dec 16, 2008
Original Response Date: Dec 29, 2008
Current Response Date: Jan 05, 2009
Classification Code: K -- Modification of equipment
NAICS Code: 336419 - Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

Description
 
***************SEND ALL INFORMATION INCLUDING QUOTES AND TECHNICAL QUESTIONS IN WRITING TO JUDITH DRABKIN AT Judith.R.Drabkin@nasa.gov, FAX: 256-544-4401************

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.

NASA/Marshall Space Flight Center (MSFC) will conduct a water flow test of the J-2x inducer design in support of the J-2x engine development.

This notice is being issued as a Request for Quotations (RFQ)] for Fabrication of the Sub-Scale J-2x Inducer Test Rig. See the attachments which include a detailed Statement of Work and drawings. The contractor shall manufacture and/or procure the necessary components according to the information provided in the attached specifications and drawings.

This procurement is a total small business set-aside.

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 Shipping and Receiving Bldg 4631, MSFC, AL 35812. Delivery shall be FOB Destination. Delivery date TBD on acceptance of award.

Offers for the items(s) described above are due by December 29, 2008 to Judith Drabkin at Judith.R.Drabkin@nasa.gov; FAX: 256-544-4401, 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 shall provide the information required by FAR 52.212-1 (JUNE 2008), 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 2007), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 25.222-35, 52.222-36, 52.222.37, 52.222-50, 52.225-1, 52.225-3, 52.225-13, 52.232-33

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 (e-mail or fax) to Judith Drabkin no later than December 22, 2008 and the due date for submission of quotes is December 29, 2008. Telephone questions will not be accepted.

Selection and award will be made to the lowest priced, technically acceptable offeror. 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.

An ombudsman has been appointed -- See NASA Specific Note "B".

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=62 . 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:Betty C. Kilpatrick
Title:Contract Specialist
Phone:256-544-0310
Fax:256-544-6062
Email:betty.c.kilpatrick@nasa.gov

Name:Marianne R. Campbell
Title:Contract Specialist
Phone:256-544-6496
Fax:256-544-0236
Email: Marianne.R.Campbell@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: