Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2004 FBO #0915
SOLICITATION NOTICE

70 -- PIN-ON-DISK TRIBOMETER

Notice Date
5/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ04063353Q
 
Response Due
7/1/2004
 
Archive Date
5/27/2005
 
Point of Contact
Carlo J. Trujillo, Contract Specialist, Phone (281) 483-1172, Fax (281) 483-7890, Email carlo.j.trujillo@nasa.gov - Marie D. Kliment, Contracting Officer, Phone (281) 483-4168, Fax (281) 483-2138, Email marie.d.kliment@nasa.gov
 
E-Mail Address
Email your questions to Carlo J. Trujillo
(carlo.j.trujillo@nasa.gov)
 
Description
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 a quantity of one (1) Pin-On-Disk Tribometer per attached specifications. The provisions and clauses in the RFQ are those in effect through FAC 01-23. The NAICS Code and the small business size standard for this procurement are 541710 and 500 employees, respectively. The offeror shall state in their offer their size status for this procurement. Any qualifying offeror must be registered with the Central Contractor Registration (CCR) Database and have a valid/active Commercial and Government Entity (CAGE) code. Weblink: www.ccr.gov All responsible sources may submit an offer, which shall be considered by the agency. Delivery to NASA Johnson Space Center, Houston, Texas, is expected within 30 days after issuance of order. The DPAS rating for this procurement is DC-09. Offers for the items described in the attached specifications are due by July 01, 2004, to NASA Johnson Space Center, Institutional Procurement Office, Attn: BJ2/Carlo Trujillo, 2101 NASA Parkway, Houston, TX 77058, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms (net 30), warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). 52.222-21, Prohibition of Segregated Facilities (E.O. 11246). 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). 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. 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 All contractual and technical questions must be in writing (e-mail or fax) to carlo.j.trujillo@nasa.gov, fax number 281-483-7890 not later than June 29, 2004. Telephone questions will not be accepted. 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, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed. See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
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#110599)
 
Record
SN00594006-W 20040529/040527212641 (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  © 1994-2020, Loren Data Corp.