Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

68 -- LIQUID OXYGEN AND LIQUID NITROGEN FOR GLENN RESEARCH CENTER

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK05092302E
 
Response Due
2/25/2005
 
Archive Date
1/24/2006
 
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 in conjunction with the attached Invitation for Bids (IFB) constitutes the only solicitation; offers are being requested and a written solicitation is attached. This notice is being issued as an IFB for Liquid Oxygen (IAW MIL-PRF-25508F) and Liquid Nitrogen (IAW MIL-PRP-27401D) products. Production and delivery of products by over-the-road bulk cryogenic tanker trucks is required. The approximate size of deliveries is 25 tons per tanker truck. Multiple truck loads per day or partial truck loads may be required. Delivery of liquid oxygen and liquid nitrogen to Glenn Research Center (GRC), Cleveland, OH and the Plum Brook Station, Sandusky, OH, FOB destination is required. The Best Estimated Quantities (BEQ) for bulk liquid oxygen per year is 200 tons and liquid nitrogen per year is 7,200 tons. The period of performance will be 1 April 2005 through 31 March 2008 as the base period with two one-year option periods. A fixed price requirements type contract is planned for each product, however, one contractor could supply both products under a single contract. Under either arrangement, the Kennedy Space Center will award and administer the prime contract(s), while personnel at GRC will issue funded delivery orders and receive shipments in accordance with the contract. Request for Shipment will be placed with a minimum of 48 hours notice prior to the required delivery time. Offerors should submit proposals that are acceptable without additional explanation or information. The provisions and clauses in the IFB are those in effect through FAC 01-27 The NAICS Code and the small business size standard for this procurement 325120 and 1000 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 25 Feb 05 @ 2:00 p.m. local time to the KSC Central Industry Assistance Office, located at Gate 2 of the Kennedy Space Center, on State Road 3 (Kennedy Parkway), and must include all of the information required by the attached IFB number NNK05092302E. 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. An ombudsman has been appointed ? See Internet Note ?B?. Questions regarding this acquisition must be submitted in writing (fax or email acceptable) to Timothy Freeland no later than February 11, 2005. Telephone questions will not be accepted. 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 Selection and award will be made to the lowest priced offeror for each product. It is the offeror?s responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://www.fedbizopps.gov/ Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#113999)
 
Record
SN00739227-W 20050126/050124212058 (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.