Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2007 FBO #2162
SOLICITATION NOTICE

91 -- AGENCY-WIDE HELIUM REQUIREMENTS

Notice Date
10/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK08OP0001P
 
Response Due
11/5/2007
 
Archive Date
10/26/2008
 
Point of Contact
Lourdes Brown, Contracting Officer, Phone 321-867-0920, Fax 321-867-1141, Email lourdes.brown-1@ksc.nasa.gov - Marco Pochy, Contracting Officer, Phone 321-867-8567, Fax 321-867-1188, Email marco.l.pochy@nasa.gov
 
E-Mail Address
Email your questions to Lourdes Brown
(lourdes.brown-1@ksc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/Kennedy Space Center (KSC) plans to issue a Request for Proposals (RFP) for the following commercial item: Helium, in accordance with Performance Specification MIL-PRF-27407C, Propellant Pressurizing Agent, Helium (November 29, 2006), Type I-Grade A Gaseous, Type I-Grade B Gaseous, and Type II Liquid Helium. Delivery will be required to the following destinations: Michoud Assembly Facility, New Orleans LA; and JSC White Sands Test Facility, Las Cruces NM. This is a commercial item acquisition conducted in accordance with Federal Acquisition Regulation (FAR) Part 12, 15 or a combination thereof. The period of performance is for a base period of nine months, with one year option period. This requirement will be procured on an unrestricted basis. Delivery terms shall be FOB destination. In accordance with FAR 8.501, in order to be considered for award, the offeror must be a private helium vendor that has an in-kind crude helium sales contract with the Bureau of Land Management (BLM) and is on the BLM Amarillo Field Offices Authorized List of Federal Helium Suppliers available via the internet at http://www.nm.blm.gov/amfo/amfo_home.html The Government contemplates award of a fixed-price requirements contract resulting from this solicitation. Multiple awards may result from the RFP. Delivery orders for specific requirements will be placed at each destination. The NAICS Code and Size Standard are 325120 and 1,000 employees, respectively. The anticipated release date of the RFP is November 09, 2007 with an anticipated proposal due date of on or about December 10, 2007. All responsible sources may submit a proposal, which will be considered by the agency. An ombudsman has been appointed. See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer via electronic mail at lourdes.brown-1@nasa.gov. It is the offeror's responsibility to monitor this site for the release of the RFP and amendments (if any). The competitive RFQ, specifications, any subsequent amendments, and all questions and answers related to this procurement will be made available via the Internet at HTTP://WWW.FEDBIZOPPS.GOV and at the NASA Acquisition Internet Service (NAIS) http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi Potential offerors will be responsible for downloading their own copy of the RFP and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#127584
 
Record
SN01441963-W 20071028/071026223915 (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.