Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2007 FBO #1958
SOLICITATION NOTICE

R -- RAILROAD TRACK INSPECTION AT KENNEDY SPACE CENTER

Notice Date
4/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
488210 — Support Activities for Rail Transportation
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK07194109Q
 
Response Due
4/19/2007
 
Archive Date
4/5/2008
 
Small Business Set-Aside
Total Small Business
 
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 Inspection of Railroad Tracks at Kennedy Space Center, FL. The Statement of Work is provided here: STATEMENT OF WORK BACKGROUND: NASA KSC has 45 miles of railroad tracks. This includes the Main Line and all siding tracks. The tracks consist of approximately 30 miles of welded rail and 15 miles of jointed rail of various weights from 90# to 132#. TASK: Perform an Internal Defect Inspection of all tracks located on KSC. This ?continuous search? internal rail defect inspection shall be conducted using ultrasonic inspection techniques. DELIVERABLE: Provide the complete inspection report with a summary of the results and recommended corrective action. PERIOD OF PERFORMANCE: Work shall be completed within two (2) weeks after agreed upon start date but not later than August 30, 2007. Contractor shall coordinate the start date with Mr. Grady McCoy, (321) 867-4256 within 7 days after Contractor receipt of order. Work must not interfere with KSC operations. The provisions and clauses in the RFQ are those in effect through FAC 205-16. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 488210/$6.5 million 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. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9E. Offers for the items(s) described above are due by 2:00 PM EDT, April 19, 2007 to NASA/KSC, Attn: Anthony Caruvana, Mail Code OP-OS, Kennedy Space Center FL 32899-0101, or via e-mail to Anthony.M.Caruvana@nasa.gov, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, 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 2006), 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), 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 52.219-6, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, and 52.222-41. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Anthony Caruvana not later than April 13, 2007. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. 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. [OMBUDSMAN STATEMENT IS REQUIRED] An ombudsman has been appointed -- See NASA Specific Note "B". 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=76 . 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=76#124223)
 
Record
SN01267576-W 20070407/070405221659 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.