The RFP Database
New business relationships start here

PACE Flight Fill and Drain Valves


Mississippi, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

NASA/GSFC has a requirement for four (4) Flight Fill and Drain Valves. The Plankton, Aerosol, Cloud, ocean Ecosystem (PACE) mission is a strategic climate continuity mission that was defined in the 2010 document Responding to the Challenge of Climate and Environmental Change:

The PACE observatory is comprised of three instruments, an Ocean Color Instrument (OCI) and two Polarimeters (HARP2 and SPEXOne). The OCI is the primary instrument on the observatory and is being developed at GSFC. The OCI is a hyper-spectral scanning (HSS) radiometer designed to measure spectral radiances from the ultraviolet to shortwave infrared (SWIR) to enable advanced ocean color and heritage cloud and aerosol particle science. \

The Polarimeters are second instruments on the PACE observatory, developed outside of GSFC. Both Polarimeters are multi-band, multi-angle polarimeters planned to measure spectral polarized and unpolarized radiances to enable advanced cloud and aerosol particle science, as well as improved atmospheric correction for ocean color activities.


The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13.


This notice is a combined synopsis/solicitation 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). The provisions and clauses in the RFQ are those in effect through FAC 2005-85-1. Offerors are required to submit their quote via email to Kathi Thomas at katheryn.a.thomas@nasa.gov


All contractual and technical questions regarding this acquisition must be submitted in writing (e-mail) to Kathi Thomas at katheryn.a.thomas@nasa.gov no later than 12:00PM EST on March 22, 2019. Telephone questions will not be accepted.
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 notice, the on-line RFQ and amendments (if any).


The NAICS Code and size standard for this procurement are 336413 respectively. The offeror shall state in their offer their size status for this procurement. Delivery to NASA Goddard Space Flight Center is required within 22 weeks ARO.
Delivery shall be FOB Destination.



All responsible sources may submit an offer which shall be considered by the agency.
Offers for the items(s) described above are due by 12:00PM EST on March 25, 2019 to NASA Goddard Space Flight Center, Attn: Kathi Thomas, 8800 Greenbelt Road, Bldg. 25, Room N020, Greenbelt MD 20771, 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 (APR 2014), 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable.



FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 (Oct 2015); 52.209-6 (Oct 2015); 52.219-28 (Jul 2013); 52.222-3 (June 2003); 52.222-19 (Jan
2016); 52.222-21 (Apr 2015); 52.222-26 (Apr 2015); 52.222-36 (Jul 2014); 52.222-50 (Mar 2015); 52.223-18
(Aug 2011); 52.225-3 (May 2014); 52.225-13 (Jun 2008); 52.232-33 (Jul 2013).



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.


Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. 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 http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).


Kathi Thomas, Purchaseing Agent, Phone 301.286.7349, Email katheryn.a.thomas@nasa.gov - Tiffany Neal, Phone 301.286.The Series Network Analy, Email Tiffany.Neal@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP