Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOLICITATION NOTICE

93 -- GRAPHITE EPOXY PREPREG AND POLYETHEYLENE EPOXY PREPREG

Notice Date
6/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM07206597Q
 
Response Due
7/9/2007
 
Archive Date
6/22/2008
 
Small Business Set-Aside
Total Small Business
 
Description
~~~~~~~~~~~~~~~~~~~~Please send all correspondence to Elizabeth.e.mudler@nasa.gov or via fax to 256-544-4401~~~~~~~~ This procurement is a total small business set-aside. 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 for GRAPHITE/EPOXY PREPREG material and POLYETHEYLENE/EPOXY PREPREG material TO BE ACQUIRED. Material specifications and details are below: Graphite/Epoxy prepreg 50 pounds needed Material: RS-1/IM-7 Unitape ? 12" FAW: 145 gsm Resin content: 28% +/-2% AND Polyetheylene/Epoxy prepreg 100 pounds needed Material: RS-1/Spectra 1000 Unitape ? 12" FAW: 80 gsm Resin content: 39% +/-3% The provisions and clauses in the RFQ are listed below: 52.219-6 Notice of total small business 52.222-3 Convict labor 52.222-19 Child labor 52.222-21 prohibition of segregated facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for special disabled veterans 52.222-36 affirmative action 52.222-37 Employment reports on special disabled veterans 52.225-3 Buy American Act- Free Trade Agreements Alternate I 52.225-3 52.225-13 Restriction on certain foreign purchases 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. Please state a delivery date to MSFC, should be no later the three months 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 07/09/2007 at 12:00 noon Central Standard time and must include, CCR - Central Contractor's Registration number (Cage code), 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 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: 52.219-6 Notice of total small business 52.222-3 Convict labor 52.222-19 Child labor 52.222-21 prohibition of segregated facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for special disabled veterans 52.222-36 affirmative action 52.222-37 Employment reports on special disabled veterans 52.225-3 Buy American Act- Free Trade Agreements Alternate I 52.225-3 52.225-13 Restriction on certain foreign purchases 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 to Elizabeth.e.mudler@nasa.gov or via fax at 256-544-4401 not later than 07/06/2007. Telephone questions will not be accepted. SELECTION WILL BE BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE SOURCE SELECTION PROCESS (FAR 15.101-2)] 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. An ombudsman has been appointed. Prospective offerors shall notify this office of their intent to submit an offer. 1852.215-84 Ombudsman. (OCTOBER 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. (b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman, Robin N. Henderson, George C. Marshall Space Flight Center 256-961-1919 (office), 256-544-8369 (fax), robin.n.henderson@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, the Director of the Contract Management Division, at 202-358-0445, facsimile 202-358-3083, e-mail james.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer or as specified elsewhere in this document. (End of clause) ALTERNATE I (JUNE 2000) As prescribed in 1815.7003, insert the following paragraph (c): (c) If this is a task or delivery order contract, the ombudsman shall review complaints from contractors and ensure they are afforded a fair opportunity to be considered, consistent with the procedures of the contract. (End of clause) 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).
 
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#125446)
 
Record
SN01326246-W 20070624/070622235921 (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.