Number: 10694953
Country: United States
Source: Federal Business Opportunities
(End of Clause)
FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-12, Unique entity Identifier Maintenance (Oct 2016) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.204-19, Incorporation of Reference of Representations and Certifications (Dec 2014) FAR 52.209-6, Protecting the Government"s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-10, Prohibition on contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.223-6, Drug-free Workplace (May 2001) FAR 52.232-1, Payments (Apr 1984) FAR 52.232-8, Discounts for Prompt Payment (Feb 2002) FAR 52.232-17, Interest (May 2014) FAR 52.232-23, Assignment of Claims (May 2014) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1, Disputes (May 2014) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.242-13, Bankruptcy (Jul 1995) FAR 52.242-15, Stop-Work Order (Aug 1989) FAR 52.242-17, Government Delay of Work (Apr 1984) FAR 52.243-5, changes and Changed Conditions (Apr 1984) FAR 52.246-4, Inspection of Services - Fixed-Price (Aug 1996) FAR 52.246-11, Higher-Level contract Quality Requirement (Dec 2014) FAR 52.246-25, Limitation of Liability - Services (Feb 1997) FAR 52.247-29, F.o.b. Origin (Feb 2006) FAR 52.249-8, Default (Fixed-Price Supply and Service) (Apr 1984)
NFS 1852.203-71, Requirement to Inform Employees of Whistleblower Rights (Aug 2014) NFS 1852.237-72, Access to Sensitive Information (Jun 2005) NFS 1852.245-72, Liability for Government Property Furnished for Repair or Other Services (Jan 2011)
FAR 52.216-1, Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed-Price contract resulting from this solicitation. (End of Provision) FAR 52.233-2, Service of Protest, (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 2101 NASA Parkway, Houston, TX., 77058 (Attention: Ashley Alessandrini/BH-4). (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) NFS 1852.215-84, Ombudsman (Nov 2011) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the pre-award and post-award phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. (b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman, whose name, address, telephone number, facsimile number, and e-mail address may be found at: http://prod.nais.nasa.gov/pub/pub_library/Omb.html . Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the Agency ombudsman identified at the above URL. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document. (End of clause)
NFS 1852.216-78, Firm Fixed Price (Dec 1988) The total firm fixed price of this contract is $ (fill-in at the time of award). (End of clause)
NFS 1852.232-80, Submission of Vouchers/Invoices for Payment (a) The designated payment office is the NASA Shared Services Center (NSSC) located at FMD Accounts Payable, Bldg. 1111, Jerry Hlass Road, Stennis Space Center, MS 39529. (b) Except for classified vouchers, the Contractor shall submit all vouchers electronically using the steps described at NSSC"s Vendor Payment information web site at: https://www.nssc.nasa.gov/vendorpayment. Please contact the NSSC Customer Contact Center at 1-877-NSSC123 (1-877-677-2123) with any additional questions or comments. (c) Payment requests. (1) The payment periods designated in the payment clause(s) contained in this contract will begin on the date a proper request for payment is received by the NSSC payment office specified in paragraph (b) of this section. Vouchers shall be prepared in accordance with the guidance provided by the NSSC at the following website: https://answers.nssc.nasa.gov/app/answers/detail/a_id/6643. (2) Vouchers shall include the items delineated in FAR 32.905(b) supported by relevant back-up documentation. Back-up documentation shall include at a minimum, the following information: (i) Breakdown of billed labor costs and associated contractor generated supporting documentation for billed direct labor costs to include rates used and number of hours incurred. (ii) Breakdown of billed other direct costs (ODCs) and associated contractor generated supporting documentation for billed ODCs. (iii) Indirect rate(s) used to calculate the amount of billed indirect expenses. (d) Non-electronic payment. The Contractor may submit a voucher using other than the steps described at NSSC"s Vendor Payment information through any of the means described at https://www.nssc.nasa.gov/vendorpayment, if any of the following conditions are met: (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer"s determination with each request for payment when the Government-wide commercial purchase card is used as the method of payment. (2) The contract includes provisions allowing the contractor to submit vouchers using other than the steps prescribed at NSSC"s Vender Payment information website. In such instances the Contractor agrees to submit non-electronic payment requests using the method or methods specified in Section G of the contract. (e) Improper vouchers. The NSSC Payment Office will notify the contractor of any apparent error, defect, or impropriety in a voucher within seven calendar days of receipt by the NSSC Payment Office. Inquiries regarding requests for payment should be directed to the NSSC as specified in paragraph (b) of this section. (f) Other payment clauses. In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (g) In the event that amounts are withheld from payment in accordance with provisions of this contract, a separate payment request for the amount withheld will be required before payment for that amount may be made. (End of clause) Responses to this combined synopsis/solicitation must be received via email no later than 5:00 PM Central Standard Time on 11 September 2018. Responses should include the solicitation 80JSC018Q0028. All technical questions must be directed to the Contracting Officer, Ashley Alessandrini at 281-244-8262 or [email protected] no later than 5:00 CST on 6 September 2018. 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).
The purpose of this amendment is to extend the RFQ response date from September 11, 2018 to September 19, 2018.
The due date for receipt of offers is extended to September 19, 2018.
Companies shall provide the information stated in the synopsis/RFQ posted on the NASA Acquisition Internet Service (NAIS) on August 31, 2018. 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.
This notice constitutes Amendment 2 to the Combined Synopsis/RFQ for the Imaging Raman Spectroscopy Instrument.
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 provide the questions and official Government responses to all interested parties.
Question: Can you clarify if all 3 lasers are required or only a subset of these lasers?
Response: The requirement for lasers is at least three wavelengths, however; it does not need to be the three mentioned in the RFQ.
Question: Can you advise if stokes/anti-stokes is a requirement for this system?
Response: The requirement is that the instrument must be capable of simultaneous Stokes+anti-Stokes. If a Stokes-only capability is also present, that is beneficial, but not a requirement.
The due date for receipt of quotations is not extended.