V1.6 6/2080NSSC22781979QSynopsis:NASA/NSSC has a requirement for 1x1 Supersonic Wind Tunnel Hydraulic Upgrades andMaintenance.This is a Brand Name requirement.NASA/NSSC will be the procuring center for this effort. Performance will be located at NASA/Glenn Research Center (GRC).This notice is a combined synopsis/solicitation for commercial items prepared in accordancewith the format in FAR Subpart 12.6, as supplemented with additional information included inthis notice.This announcement constitutes the only solicitation; offers are being requested and a writtensolicitation will not be issued. This solicitation document and incorporated provisions and clauses arethose in effect through Federal Acquisition Circular 2020-05. The Government intends to acquirecommercial items and services using the provisions, clauses and procedures prescribed in FAR Part 12and FAR Part 13.This is a Request for Quotations (RFQ), 80NSSC22781979Q. Additional details are included inthe attached RFQ file. The
attached RFQ file is hereby incorporated into this solicitation.Delivery is FOB Destination. ZIP 44135This Procurement is Set Aside for Small BusinessThe NAICS Code for this procurement is 333995Please include CAGE CODE AND DUNS NUMBER on quote. All responsible sources maysubmit a quote which shall be considered by the agency. However, any award from this RFQshall require the potential vendor to be certified within the System for Award ManagementSystem (SAM) and completion of Reps and Certs in the SAM system prior to award at
www.sam.gov.Quotes for the item(s) described in the RFQ are due by 1/11/2022 by 4:00 p.m. CT to CantrelleCornish at
Cantrelle.m.cornish@nasa.gov in order to be considered for award. If it is in the bestinterest of the Government, quotes submitted after the due date may be accepted.If the end product offered is other than a domestic end product as defined in the clause entitled"Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.All contractual and technical questions must be in writing (e-mail) to Cantrelle Cornish
atCantrelle.m.cornish@nasa.gov no later than 1/10/2022 by 4:00 p.m. CT. Telephone questionsshall not be accepted.The following clauses and provisions are applicable to this combined synopsis/solicitation:52.212-1, Instructions to Offerors; 52.212-3 Offeror Representations and Certifications—V1.6 6/20Commercial Items; 52.212-4 Contract Terms and Conditions—Commercial Items; 52-212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for thisacquisition can be found at
http://prod.nais.nasa.gov/pub/pub_library/Omb.html .The FAR may be obtained via the Internet at URL:
http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL:
http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmlOfferors must include completed copies of the provision at 52.212.3 Offeror Representations andCertifications-Commercial Items with their offer. These representations and certifications willbe incorporated by reference in any resultant contract.Contracting Office Address:NASA Shared Services Center, Jerry Hlass Rd. Stennis Space Center, MS 39529