Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

A -- GAS TRAILERS RECERTIFICATION

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
424690 — Other Chemical and Allied Products Merchant Wholesalers
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA0475621Q
 
Response Due
8/19/2004
 
Archive Date
8/4/2005
 
Point of Contact
Marianne Shelley, Purchasing Agent, Phone (650) 604-4179, Fax (650) 604-0270, Email Marianne.Shelley@nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone (650) 604-4386, Fax (650) 604-0270, Email Ronnee.R.Gonzalez@nasa.gov
 
E-Mail Address
Email your questions to Marianne Shelley
(Marianne.Shelley@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 Services and materials to be provided to ensure that the Government owned gas trailers containing thirty-eight (38) cylinders conforms to all D.O.T. regulations controlling Transport of Gaseous Argon over public roads. The trailers are two axle trailers. Other work in addition to the minimum certification requirements is specified below. A) Hydrostatic Test and Certification: This work shall conform to all D.O.T. regulations and shall include, but is not limited to, the following: 1. Strip and inspect all cylinders and the trailers. 2. Hydrostatically test and inspect all cylinders to the extent specified by D.O.T. regulations for 3AA2500 cylinders, Argon service. 3. Completely drain and thoroughly dry all cylinders on completion of hydrostatic test. 4. Furnish copies of the calibration reports of pressure-indicating devices and expansion-indication devices used in trailer requalification, as specified in ?Reports Required / Calibration Records?. 5. Furnish copies of the calibrated cylinder certificates showing daily calibrations on the dates used for trailer requalification as specified in ?Reports required / Calibration Records?. 6. Furnish copies of hydrostatic test and expansion data for all cylinders at time of delivery of the trailer as specified in ?Reports required / Calibration Test Records?. 7. Furnish copy of current RIN Issuance Letter. 8. Appropriately stamp all cylinders and the trailer after testing. 9. Inspect all valving and safety devices on each cylinder. All valves and safety devices must be suitable for ARGON service and satisfy all current regulations. 10. Inspect all manifold valving, tubing, gauges, and connections. 11. After re-assembly of cylinders on trailer, leak test all manifolds, valves, safeties, and tubing connections to 2500 [psi]. No leaks are to be tolerated. Nitrogen is to be used as the test gas. Return the trailer charged with nitrogen @ 100 [psi] or higher. B) Mechanical Inspection: 1. Inspect all cylinders hold down clamps; 2. Inspect all mud and splash flaps. C) Painting and Placarding: 1. After stripping and inspection, repaint all cylinders and trailers. 2. Two full coats, minimum, are required for all cylinders and trailers with the undercoat being white and the final color coat being NASA-Blue, Federal Standard 595, Blue No. 15184, which is gloss. 3. The trailers shall be placarded on all four sides with white background and appropriate lettering as illustrated below. Placard lettering will be in GREEN. 632870 NON-FLAMMABLE ARGON Trailer #1 Placarding 45734 NON-FLAMMABLE ARGON Trailer #2 Placarding 4. The trailers shall have NASA markings, on all four sides with white lettering directly on the blue background. In addition, the NASA equipment number for the trailer shall appear on the front and rear. 5. The size and positioning indicated for the placards and NASA markings are preferred, but if they are not feasible the Contracting Officer will consider any reasonable change. Additional markings or information required by D.O.T. regulations shall also be placed on the trailer as regulations may require. D) Inspection Reports: The contractor shall strip and inspect the trailers, provide the services and materials outlines under the Hydrostatic Test and Certification, Mechanical Inspection, and Painting and placarding sections above, and submit an Inspection Report with cost estimates for additional work required for conformance to certification standards. No work is authorized to correct Inspection Report deficiencies without the written authorization of the Contracting Officer. The reports shall be submitted to the buyer no later than ten (10) calendar days after receipt of the trailers, and shall include the following items: 1. Repairable condition of the trailer or component; 2. Repairs required for certification; 3. Number, rate, and category of labor hours required by job; 4. Cost of parts or materials, less any discount by job; 5. Anticipated completion date; E) Repair Work for Hydrostatic Test and Certification: 1. Replace or refurbish any valves or safety devices on the cylinders, which are defective. 2. Replace or refurbish any manifold valving, tubing, gauges, and connections, which are defective. F) Repair Work for mechanical Inspection: 1. Repair any cylinder hold down clamps, which are defective. 2. Repair or replace any mud and splash flaps which are effective. G) Replaced Parts: All old parts during servicing are to be returned to NASA Ames Research Center. H) Delivery Schedule: Delivery to NASA Ames Research Center is required within 55 days ARO. Delivery shall be FOB Destination. 1. The Inspection Report shall be mailed to: NASA Ames Research Center Attn: Donella Franks M/S 227-4 Moffett Field, CA 94035 2. The trailers shall be certified, repaired, and returned to Moffett Field, California within fifty-five (55) calendar Days of contract award. I) Inspection and Acceptance: The Contracting Officer?s duly authorized representative shall make final inspection and acceptance within two (2) weeks after delivery of the re-certified trailers. TRAILERS TO BE TRANSPORTED TO AND FROM MOFFETT FIELD, CA, AT VENDOR?S EXPENSE. Responsible offerors must be registered with the Central Contractor Registration upon submission of an offer. To register or obtain more information, go to http://www.ccr.gov . The provisions and clauses in the RFQ are those in effect through FAC 01-24. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 424690 and 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. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 3pm on August 19, 2004 and can be faxed to (650) 604-0089, Attn: Ms. Donella Franks, or mailed to Ms. Donella Franks, NASA Ames Research Center M/S 227-4, Moffett Field, CA 94035-1000. Offer must 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. 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 (JAN 2004), Instructions to Offerors-Commercial, 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 2003), Contract Terms and Conditions-Commercial Items are applicable. FAR 52.212-5 (MAY 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: 1852.223-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health (Short Form), 52.222-3, 52.233-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-13, 52.225-33, 52.232-34. 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 Donella Franks, email: dfranks@mail.arc.nasa.gov, fax: (650) 604-0270, not later than August 12, 2004. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery date shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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=D&pin=21 . 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=21#111672)
 
Record
SN00637071-W 20040806/040804212615 (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.