Pyrotechnic Pre-cast Building (№13579198)

08 mar

Number: 13579198

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


08-03-2019

Description


Pyrotechnic Pre-cast Building Solicitation Number: 80JSC019Q0006
Agency: National Aeronautics and Space Administration
Office: Johnson Space Center
Location: Mail Code: BH

Solicitation Number: 80JSC019Q0006

Notice Type: Award

Contract Award Date: March 7, 2019

Contract Award Number: 80JSC019P0019

Contract Award Dollar Amount: 368665

Contractor Awarded Name: BDC Group Inc.

Contractor Awarded DUNS: 079742411

Contractor Awarded Address: 1936 51ST ST NE
Cedar Rapids, Indiana 52402-2459
United States

Synopsis: Added: Feb 12, 2019 4:31 pm

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 one (1) pyrotechnic precast building (see attached Statement of Work).


The provisions and clauses in the RFQ are those in effect through FAC 2019-01


This procurement is a total small business set-aside.


The NAICS Code and the small business size standard for this procurement are 327390 500 employees 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 2101 NASA Parkway Houston TX 77058 is required within 16 weeks after award date.


Delivery shall be FOB Destination.


Offers for the items(s) described above are due on Thursday, February 21, 2019 by 3:00 p.m. Central Time to Jennifer Sharp at

[email protected] 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. 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 (OCT 2018), 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 (OCT 2018), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are attached.


FAR 52.212-5 (JAN 2019), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference are attached.


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 submitted in writing to Jennifer Sharp at

[email protected] not later than 3:00 P.M. Central Time, 15 February 2019.


SELECTION WILL BE BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE SOURCE SELECTION PROCESS (FAR 15.101-2). 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 (OCT 2018), 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 .


Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
It is the Offeror"s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any).


Added: Feb 19, 2019 4:38 pm This notice constitutes Amendment No. 1 80JSC019Q0006 to the combined synopsis/RFQ for Pyrotechnic Pre-cast Building. Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFQ and a written amendment will not be issued.

The purpose of this amendment is to post questions and answers. The answers provided in Amendment 1 has been validated by the Contracting Officer and supersedes any communication or answers previously received.


Question 1
In order to determine if our structure meets the blast criteria we would need a blast psi pressure and this pressure"s duration. Also, does the roll up door need to meet this same blast requirement?


Answer 1:
The blast analysis should assume ½ lb TNT spherical charge in the center of the structure at approximately 30 inches above the floor (table height).


The roll up door does not need to meet the same blast requirement.


Question 2:
With the height of the shelter the maximum opening we can do for the roll up door is 11"6" tall x 12"wide is this ok?


Answer 2:
Yes, it would be acceptable.


The due date for receipt of offers is not extended.


Companies shall provide the information stated in the synopsis/RFQ posted on the FedBizOpps on February 12, 2019. Documents related to this procurement are available over the Internet. These documents reside on a World Wide Web (WWW) server which may be accessed using a WWW browser application.



Added: Feb 21, 2019 10:46 am This notice constitutes Amendment No. 2 to the combined synopsis/RFQ for 80JSC019Q0006, Pyrotechnic Pre-cast Building. Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to the subject combined synopsis/RFQ.

The purpose of this Amendment No. 2 is to extend the response due date for the Pyrotechnic Pre-cast Building.


The due date for receipt of offers is extended to Monday, February 25, 2019, at 3:00 P.M. Central Time.


Companies shall provide the information stated in the combined synopsis/RFQ posted on the FedBizOpps on February 12, 2019. Documents related to this procurement are available over the Internet. These documents reside on a World Wide Web (WWW) server which may be accessed using a WWW browser application.



Added: Mar 07, 2019 3:41 pm

Please consult the list of

document viewers if you cannot open a file. Statement of Work Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Statement of Work

Posted Date: February 12, 2019



80JSC019Q0007_SOW_for_Concrete_Bldg.pdf (196.30 Kb) Description: Statement of Work

Terms and Conditions Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Terms and Conditions

Posted Date: February 12, 2019



80JSC019Q0006_-_T&Cs.pdf (91.99 Kb) Description: Terms and Conditions



Contracting Office Address: NASA/Lyndon B. Johnson Space Center, Mail Code: BH
Houston, Texas 77058-3696
United States


Primary Point of Contact.: Jennifer Sharp, Contract Specialist

[email protected] Phone: 2814835916

Secondary Point of Contact: Chrystal Wiseman, Contracting Officer

[email protected] Phone: 281.792.7842