Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2002 FBO #0319
MODIFICATION

53 -- RATED SURFACE STUD MOUNT LOAD CELL, RATED LOAD BUTTON W/MOUNTING LOAD CELL, RATED DUAL STUD MOUNT LOAD CELL

Notice Date
10/15/2002
 
Notice Type
Modification
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
9-BH13-72-02-83P
 
Response Due
10/22/2002
 
Archive Date
10/15/2003
 
Point of Contact
Blanca E. de la Rosa, Contract Specialist, Phone (281) 483-1172, Fax (281) 244-5331, Email blanca.e.delarosa1@jsc.nasa.gov - Krystine O. Bui, Contracting Officer, Phone (281) 483-4186, Fax (281) 244-5331, Email krystine.o.bui1@jsc.nasa.gov
 
E-Mail Address
Email your questions to Blanca E. de la Rosa
(blanca.e.delarosa1@jsc.nasa.gov)
 
Description
The purpose of this amendment 1 is to remove the sole source set-aside. This procurement is now being conducted under the Simplified Acquisition Threshold as full and open competition. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) for: Item 1) 500 lb rated surface stud mount load cell -- quantity = 42 Item 2) 1000 lb rated load button with mounting provided load cell -- quantity = 22 Item 3) 300 lb rated dual stud mount load cell -- quantity = 22 See specification file attached. The provisions and clauses in the RFQ are those in effect through FAC 01-09. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334419 and 500 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to JSC is required within 45 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Quotations for the items(s) described above are due by 10/22/02, 4:30 p.m., central time, and may be mailed or faxed to NASA JSC, 2101 NASA Road 1, Attn: BH13/Blanca De La Rosa, Houston, TX 77058, fax no. 281-244-5331 and 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: n/a. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: n/a. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.203-6 (Alt.1), 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.225-15, 52.232-33 The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than 10/21/02. Award will be based upon overall best value to the Government. The best value characteristics are: 1) Delivery date 2) Lower Nonlinearity 3) Lower Hysteresis 4) Lower Nonrepeatability 5) Past performance 6) Price Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=73 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#103391)
 
Record
SN00188418-W 20021017/021015213450 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.