Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

66 -- LOW ENERGY PROTON SOURCE (PROTON FLOOD GUN)

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM05099210Q
 
Response Due
3/25/2005
 
Archive Date
3/11/2006
 
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 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 the following items which offeror shall price by line item as outlined below: Line Item 1: Low-Energy Proton Source (Proton Flood Gun) which meets or exceeds the attached requirements/specifications. Qty: One (1) lot. Price: ________ Line Item 2: Installation and acceptance test of Line Item 1 as well as onsite training in accordance with the attached requirements/specifications. Qty: One (1) Job. Price: _________ Line Item 3: Maintenance of Line Item 1 in accordance with attached requirements/specifications. Qty: One (1) Job. Price: _________ The Government intends to acquire a commercial item using FAR 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The provisions and clauses in the RFQ are those in effect through FAC 01-27. The NAICS Code and the small business size standard for this procurement are 334516 and 500, respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit a quote which shall be considered by the agency. Delivery to MSFC, AL is required within 180 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30 PM CST on March 25, 2005, and must be mailed or faxed to Gloria J. Coffey, PS22F/MCF, George C. Marshall Space Flight Center, Marshall Space Flight Center, AL 35812, or Fax (256) 544-6041, and 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 2005), 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. The Government may consider a late quotation or modifications to a quotation received after the date indicated for receipt of quotations but before the Government has made an offer, should such action be in the best interest of the Government. FAR 52-212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-7, 52.211-15, and 52.247-34. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-4, 52.219-8, 52.219-23, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, and 52.232-33. Additional Clauses applicable to this acquisition include NFS 1852.215-84 Ombudsman, NFS 1852.223-72 Health and Safety (Short Form), MSFC 52.246-90 Warranted Items, and MSFC 52.232-90 Discounts for Prompt Payment. 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 Gloria Coffey not later than March 18, 2005. 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 Technical Capability of the Items/Services offered to meet the Government?s Requirements/Specifications, Past Performance, and Price (see FAR Clauses 52.219-4 and 52.219-23). Offerors shall provide a technical description of the items being offered in sufficient detail to evaluate the technical capability of the items/services offered to meet the requirements/specifications in the solicitation. This may include product literature, or other documents, if necessary. It is critical that offerors provide adequate information and detail to allow evaluation of their offer (See FAR 52.212-2(b)). Offerors shall provide a copy of their proposed warranty and maintenance agreement(s) as well as a detailed description of the contents of their proposed maintenance kit. Offerors shall provide the information requested in the Past Performance Form. In the event an offeror has not provided the same or similar product within the last three years, the offeror will be assigned a neutral rating for the Past Performance evaluation factor. Only one award will be made as a result of this solicitation. Line Items 1 and 2 or Line Items 1, 2, and 3 will be included in any resulting award. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items with their offers. 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 a quote. 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=62 . 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=62#114503)
 
Record
SN00767192-W 20050313/050311212359 (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.