The provisions and clauses in the RFQ are those in effect through FAC 2019-01 effective December 20, 2018.
This procurement is a total small business set-aside.
The NAICS Code and the small business size standard for this procurement are 336411 and 1,500 employees, respectively.
The offeror shall state in their quote their size status for this procurement.
Delivery to NASA Armstrong Flight Research Center, Edwards, CA 93523, is required by June 1, 2019. Delivery shall be FOB Destination.
Quotes for the items described herein are due by 4:30 p.m. PST on March 18, 2019, and must include the solicitation number, FOB destination to NASA Armstrong Flight Research Center, Bldg. 4876 Warehouse 6, Edwards, CA 93523, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taypayer 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, Instructions to Offerors - Commercial Items (Oct 2018), which is incorporated by reference. Addenda to FAR 52.212-1 are as follows:
52.222-22 Previous Contracts and Compliance Reports (Feb 1999)
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, Contract Terms and Conditions - Commercial Items (Oct 2018) is applicable. Addenda to FAR 52.212-4 are as follows:
52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
1852.203-71 Requirement to Inform Employees of Whistleblower Rights (Aug 2014)
1852.237-72 Access to Sensitive Information (Jun 2005)
1852.237-73 Release of Sensitive information (Jun 2005)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2019) is applicable and the following identified clauses are incorporated by reference:
52.203-6, 52.204-10, 52.209-6, 52.219-6, 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, 52.222-50, 52.222-53, 52.223-18, 52.225-3, 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 (email) to Robbin Kessler not later than 4:30 p.m. PST on March 4, 2019. Telephone questions will not be accepted. A site visit may be requested to review the parts subject to this procurement.
SELECTION WILL BE BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE. 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. To be found technically acceptable, offeror must provide their technical approach, aligning that approach with their proposed labor hours, must have access to the OEM technical and repair manuals, must be on the AFRC Qualified Supplier's List, must be an FAA Certified Repair Station, and must demonstrate having knowledge of T-38 aircraft repair, overhaul, and operations.
Offers must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018) with their offer through the SAM.gov website. These representations and certifications will be incorporated by reference in any resultant contract.
NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/pub/publibrary/OMB.html.
ADDITIONAL INSTRUCTIONS
INSTRUCTION FOR VENDOR: ANY INFORMATION REQUESTED IN THIS SECTION MUST BE SUBMITTED TO THE CONTRACTING OFFICER OR BUYER.
(a) Amendments to this RFQ. It is the vendor's responsibility to monitor FedBizOpps.gov 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, in addition to entering the GSA contract number in the appropriate textbox, the quoter shall include all other pertinent GSA contract information, if available, and show all applicable discounts for each line item VIA EMAIL TO THE CONTRACTING OFFICER OR BUYER.