*****CONTACT JANET APPLETON ONLY FOR INFORMATION REGARDING THIS SOLICITATION. CONTACT INFORMATION CAN BE FOUND IN THE BODY OF THIS NOTICE****
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. Marshall Space Flight Center (MSFC) is in the process of modifying the historic 360-foot-high Saturn V Dynamic Test Stand 4550 for the Ares I Integrated Vehicle Ground Vibration Test (IVGVT). The test stand is best known as the site where NASA conducted full-scale Saturn testing of the towering rocket used to send the first lunar explorers to the moon. Later, structural tests on the integrated Space Shuttle system were conducted. The test stand is being readied for ground vibration testing of the Ares I rocket and Orion crew capsule. These are the next-generation exploration vehicles that will ferry human explorers to the International Space Station, back to the moon and into the solar system in coming decades. Mast Climbers, one of the latest advancements in construction technology, will allow an alternative means of access to scaffolding. Tests performed during the IVGVT fall into one of three categories (subject to change):
1.Ground vibration tests (GVT) of the full vehicle stack.
2.GVT of the second (upper) stage.
3.Transfer function measurements taken during both parts
(1)and 2).
The stacking configurations of this cylindrical hardware will be moved during the different tests and platform versatility is key to ready each configuration in a safe, timely manner.
Two fully-functioning mast climbers will be purchased meeting the attached statement of work and drawings.
MSFC will have an on-site visit September 8, 2008 9:00 a.m.CST at building 4550 to view the test stand. Vendors interested in attending this on site shall have the listed information to Janet Appleton no later than September 4, 12:00 p.m. CST.
1. The visitor’s full name
2. Driver’s license and state issue
3. Company Name
4. Must be a American Citizen
Visits should be for official NASA business or in the best interest of NASA. Visitor shall obtain visitor badge at the Joint Visitor Control Center (JVCC) located on Rideout Road, north of Gate 9. The JVCC hours of operation are 6 a.m. – 5 p.m. weekdays. Visitor shall carry all required identification and vehicle information into the JVCC, i.e., driver’s license, proof of insurance, vehicle registration, and/or rental agreement.
Visitor will drive to the adjacent vehicle inspection area where security guards will inspect for prohibited items. After inspection, visitor will proceed to Gate 9 and enter the installation through the far right lane. Visitors badgea are issued for the duration of the visit only.
After on-site, questions will be accepted until September 12,2008 12:00 p.m.CST; this will be a one-time question period, all contractual and technical questions must be in writing
(e-mail or fax) to Janet Appleton at janet.l.appleton@nasa.gov, fax (256) 544-6560 no later than 9/12/2008. Telephone questions will not be accepted. No other questions will be accepted past September 12, 2008. Answers shall be posted on or around September 19, 2008.
This solicitation is a full and open procurement. All responsible sources may submit an offer which shall be considered by the agency.
Delivery to Marshall Space Flight Center will be determined after award of purchase order.
Delivery shall be FOB Destination.
Offers are due no later than September 30, 2008 3:30 p.m.CST. and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), identification of any special commercial terms, and be signed by an authorized company representative. Vendors may present their offers in their own format and submitted to Janet Appleton either by email- janet.l.appleton@nasa.gov or faxed to 256-544-6560.
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: 52.203-6,52.219-4,52.219-8,52.219-28,52.222-3,52.222-19,52.222-21,52.222-26,52.222-35,
52.222-36,52.222-37,52.222-39,52.222-50,52.225-13,52.232-33.
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
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.