Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
SOLICITATION NOTICE

95 -- METAL BARS - STEEL

Notice Date
10/2/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08223154Q
 
Response Due
10/10/2007
 
Archive Date
10/2/2008
 
Point of Contact
Deborah L. Giavasis, Contracting Officer, Phone 216-433-5420, Fax 216-433-2480, - Heidi D. Shaw, Contract Specialist, Phone 216-433-5346, Fax 216-433-2480
 
E-Mail Address
Deborah.L.Giavasis@grc.nasa.gov, Heidi.D.Shaw@grc.nasa.gov
 
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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement IS set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation. GENERAL SPECIFICATION: ARES-I-1 Pathfinder-2 Steel (Rev2) The Contractor shall furnish the items as listed below: SPECIFICATIONS This specification defines the purchasing requirements of the NASA Glenn Research Center ARES-I-1 Project for ASTM A516 Grade 70 (normalized) steel plates used for fabrication of the Upper Stage Simulator. SCOPE: This standard will be used for ordering A516 steel plates for fabrication of flanges and skins for the Upper Stage Simulator. RESPONSIBILITIES: Maintenance of this standard shall be the joint responsibility of the Product Assurance Engineer and the Lead Design Engineer for the ARES-I-1 Project. Material Buyers shall provide a complete quote to the ARES-I-1 Business Manager and Element Control Board per ARES-I-1 Procedure TBD prior to placing order. REFERENCES: ASTM A516 ? Standard Specification for Pressure Vessel Plates, Carbon Steel, for Moderate- and Lower-Temperature Service. ASTM A20 - Standard Specification for General Requirements for Steel Plates for Pressure Vessels. PURCHASE ORDER: The purchase order may be in any form designated by the buyer. The following numbered requirements shall be included: 1. (Material Quantity, Form, and Dimensions provided by Engineering) 2. Certified Materials Test Report (CMTR) to ASTM A516, Grade 70 with traceability to the manufacturing heat lot for tensile strength, yield strength, elongation, and chemical composition. 3. All material to be in the normalized heat treated condition per standard mill practices to meet Charpy impact strength values of 20 ft-lbs at 0 degrees F. The specimen orientation shall be longitudinal, with the notch perpendicular to the surface of the plate. 4. Vendor shall supply 14 inch x 14 inch test specimen from the normalized material which represents heat lot and each plate thickness for NASA verification of material at receiving inspection. The test specimen shall be identified with the same required identification as the plate material, and also, the rolling orientation, ie. ?long? or ?trans?. 5. Packaging and transport of the Material must be presented in a manner that allows safe removed from the transport vehicle by an overhead crane or fork truck. At a minimum, this means separating the material with 4?x? 4 block blocking. DELIVERY SCHEDULE AND FOB POINT Delivery to NASA Glenn Research Center is by 1-31-08. Delivery shall be FOB Destination, NASA Glenn Research Center. SOLICITATION INSTRUCTIONS Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the total price for the item. If you require payment in advance, do NOT exceed this limitation. Note for those proposing shipping costs: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately. Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to state sales tax or laws of a specific state. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices. Note to those offering installation at the Government facility: The proposed price SHALL include all necessary travel, per diem amounts, labor etc. In your proposal clearly state the number of people and number days they will be installing the equipment at NASA GRC. Clearly state any travel costs and whether these are air fare or other mode of transportation and the per diem rate used. Per diem rates can be found at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC The provisions and clauses in the RFQ are those in effect through FAC 2005-20. The NAIC code is 423510 and the small business size standard for this procurement is 100). All qualified responsible business sources may submit a quotation 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 October 10, 2007 at 4:30p.m. EST and may be mailed to NASA Glenn Research Center, Attn: Debbie Giavasis, 21000 Brookpark Road, MS 500-309, Cleveland, OH 44135 or faxed to (216) 433-2480, and include on the envelope the solicitation number. Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offer should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number, Representations and Certifications, identification of any special commercial terms, description of items offered per 52.212-1 (and as modified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ?track changes? feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. A copy of a published price list, catalog price or computer page printout showing the price for Items above) may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1, ?Instructions to Offerors?Commercial Items.? Offerors may cite the web site that demonstrates all specifications are met for the item offered in lieu of providing a paper copy. Web sites that are not viewable for any reason for up to 5 business days after the offer due date may result in the offer being determined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: ?The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any.? The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://orca.bpn.gov . FEDERAL ACQUISITION REGULATIONS APPLICABLE: FAR 52.212-4, ?Contract Terms and Conditions?Commercial Items,? (Feb 2007) is applicable. FAR 52.212-5, ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items,? (June 2007) is applicable. As prescribed in 12.301(b)(4), insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Reserved] _X_ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2006) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages?Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). _X_ (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). _X_ (17) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (24)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (25) 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d). (26)(i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (27) 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (28) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (29) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). __ (30) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150). __ (31) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (32) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (33) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (34) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (35) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (36) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). _X_ (37)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 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 Evaluation?Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror on a LOW PRICE TECHNICALLY ACCEPTABLE basis: Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by a review of the information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)) (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. MISCELLANEOUS Questions regarding this acquisition must be submitted in writing no later than1 day prior to the response date of October 10, 2007. 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=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#127274
 
Record
SN01427078-W 20071004/071002224252 (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.