Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

91--91 -- SUPPLY & DELIVERY OF 98.7% PURITY LIQUID METHANE

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NASA Business Management Division, Acquisition Management Office, Code BA30, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS06173970Q
 
Response Due
9/19/2006
 
Archive Date
9/12/2007
 
Small Business Set-Aside
N/A
 
Description
NASA/SSC has a requirement for Contractor to provide all resources necessary to supply the following in accordance with the terms and conditions of the solicitation: Supply and Delivery of 10,000 Gal Liquid Methane (4 shipments @ 2,500 gal EA), 4 EA Transportation, 4 EA Sample Analysis, and 1 EA Documentation. Delivery is FOB Destination. The period of performance for this requirement is October 2, 2006 through January 31, 2007. Contract Completion: The contract shall be considered complete when all items have been delivered and accepted by designated SSC personnel. 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, which is issued as Request for Quotation (RFQ) No. NNS06173970Q; quotations are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quotation. The only exceptions to this requirement are if RFQS is not functioning or the file size or type of supporting information precludes uploading to RFQS). Unless otherwise authorized, all attachments (as applicable) shall be uploaded to RFQS in .pdf, .doc, or .xls format. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The synopsis and RFQ link may be accessed and downloaded at the NASA Acquisition Internet Service (NAIS) Business Opportunities website @ http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi or at the Federal Business Opportunities (FedBizOpps) website @ http://www.eps.gov. Offerors unable to access the solicitation may contact the Contract Specialist for instructions. The information required by FAR Subpart 12.6 is included in the on-line RFQ. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-12 and NASA Procurement Notice 04-16. There will be only one award made for this requirement. This acquisition is unrestricted. The NAICS Code and Size Standard are 325120 and 1,000 Employees respectively. All responsible sources may submit a quotation which shall be considered by the agency. The DPAS Rating for this procurement is DO-C9. All offeror questions regarding this acquisition must be submitted no later than 3pm local time on 9/15/2006. Questions submitted after this date/time will not be accepted. Questions must be submitted via e-mail to: carol.a.burnside@nasa.gov (cc: james.d.huk@nasa.gov). Faxed or telephoned questions will not be accepted. Offerors are responsible for monitoring this site for the release of solicitation information and any associated documentation or amendments and for downloading their own copy of the same. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. The following provisions and clauses are applicable to this solicitation. Federal Acquisition Regulation (FAR) (48 CFR CHAPTER 2) Provisions: 52.212-1-- Instructions to Offerors -- Commercial Items (Jan 2006) with the following instructions provided: (a) Past Performance Information and Relevant Experience Information shall include the name(s) and contact information for no more than two (2) recent (within three years from the offer due date) and relevant (as outlined in the Federal Acquisition Regulation) references (whether federal, state, or local government or private industry) for the prime contractor, and, if applicable, significant subcontractors. Schedule information shall include guaranteed delivery and/or completion dates to demonstrate the degree to which offer meets the government?s requirement. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) with the following information provided: (a) Each value characteristic is further defined to explain the rating that each offeror will receive: (i) Schedule, Weight: 60%. The government will evaluate the quoted deliverables to determine to what extent quote is in compliance with required specifications/Statement of Work. (ii) Past Performance, Weight: 20%. The government will evaluate past and present performance based on the offeror?s recent and relevant performance as defined in the Instructions to Offerors. (iii) Price, Weight: 20%. The government will evaluate the quoted price for reasonableness and realism. Schedule and Past performance when combined are significantly more important than price. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jun 2006) 52.211-14 -- Notice of Priority Rating for National Defense Use (September 1990) 52.223-4 -- Recovered Material Certification (Oct 1997) 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003) 52.232-38 -- Submission of Electronic Funds Transfer Information with Offer (May 1999) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) NASA FAR Supplement (NFS) (48 CFR CHAPTER 18) Provisions: None Federal Acquisition Regulation (FAR) (48 CFR CHAPTER 2) Clauses: 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sep 2005); Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: Administrative changes such as paying office, appropriation data, etc. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2006); with these additional FAR clauses marked: --52.222-3, Convict Labor (June 2003), --52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006), --52.222-21, Prohibition of Segregated Facilities (Feb 1999), --52.222-26, Equal Opportunity (Apr 2002), --52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), --52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), --52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), --52.225-3, Buy American Act ?Free Trade Agreements ? Israeli Trade Act (Jun 2006) with Alternate I (Jan 2004), --52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003), --52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 52.204-7 -- Central Contractor Registration (July 2006) 52.204-9 -- Personal Identity Verification of Contractor Personnel (January 2006) 52.211-15 -- Defense Priority and Allocation Requirement (September 1990) 52.247-34 -- F.O.B. Destination (November 1991) NASA FAR Supplement (NFS) (48 CFR CHAPTER 18) Clauses: 1852.215-84 -- Ombudsman (October 2003) Fill In: b. [David Carstens, Stennis Space Center, MS 39529-6000, Phone (228) 688-1311, Fax (228) 688-3542, or e-mail david.j.carstens@Nasa.gov.] 1852.223-72 -- Safety and Health (Short Form) (April 2002) 1852.225-70 -- Export Licenses (February 2000) 1852.233-70 -- Protest to NASA (October 2002) 1852.237-73 -- Release of Sensitive Information (JUNE 2005) FAR clauses and provisions may be accessed in full text electronically at http://farsite.hill.af.mil or http://www.acquisition.gov/far/index.html. NFS clauses and provisions may be accessed in full text electronically at http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. Quotations should reference the solicitation listed herein, FOB destination to Stennis Space Center, guaranteed delivery schedule, discount/payment terms, taxpayer identification number (TIN), DUNS #, and small business size status. To be eligible to receive an award resulting from this solicitation, Offerors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, you may call 1-888-227-2423 or register via the Internet at http://www.ccr.gov.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#122165)
 
Record
SN01141403-W 20060914/060912221758 (fbodaily.com)
 
Source
FedBizOpps 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.