Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2008 FBO #2267
SOLICITATION NOTICE

99 -- A-3 ISOPROPYL ALCOHOL STORAGE VESSELS

Notice Date
10/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
NASA Business Management Division, Acquisition Management Office, Code BA30, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS08
 
Response Due
12/28/2007
 
Archive Date
2/8/2009
 
Point of Contact
James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email james.huk@ssc.nasa.gov - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email james.huk@ssc.nasa.gov
 
E-Mail Address
James D. Huk
(james.huk@ssc.nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The NASA/SSC Acquisition Management Office intends to issue a Best Value Request for Proposal (RFP) for the project entitled: A-3 Isopropyl Alcohol Vessels to be delivered to the John C. Stennis Space Center, Mississippi. The work for this requirement consists of, but is not limited to the following: providing labor, equipment, and materials to fabricate: two (2) ASME Coded Stainless Steel Isopropyl Alcohol Storage Vessels. The effort includes fabrication, inspection, testing, and delivery of the aforementioned vessels to Stennis Space Center. The above noted vessels shall be as follows: Stainless Steel, 39,000 gallons nominal capacity, 13 to 15 foot outside diameter (exact diameter to be determined by tank manufacture) 850 psig design pressure FOB is destination. The government intends to issue a Best Value Request for Proposal (RFP) under Commercial Simplified Acquisition Procedures (SAP) in accordance with FAR Parts 12 and 13. NASA anticipates the resulting contract will be a Single Award Firm Fixed Price Contract with a period of performance of thirteen (13) months after receipt of order. The firm delivery date shall be identified in the resulting solicitation. The NAICS Code and small business size standard for this procurement are 332420 and 500 employees, respectively. The DPAS Rating for this procurement is anticipated to be DO-C9. It is anticipated that this action will be issued as a 100% Small Business Set Aside and all responsible small business sources may submit a proposal, which shall be considered by this agency. If significant small business interest; “two (2) or more small business is not received by October 30, 2007 the subsequent solicitation will be issued unrestricted”. The Government reserves the exclusive right to award to other than the low offeror on this "Best Value" procurement. The evaluation factors for this procurement are Technical Compliance, Schedule, Past Performance and Cost. The anticipated release date of the Request for Proposal (RFP) is on or about November 15, 2007 with an anticipated proposal closing date on or about December 28, 2007. The firm date for receipt of proposals will be stated in the subsequent RFP. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at http://genesis.gsfc.nasa.gov/nasanote.html. The solicitation (RFP) and any related documents [with the exception of the specifications and drawings] will only be issued electronically and will be available via the internet. These documents 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. The Specifications and Drawings will only be made available on CDROM. Requests for copies shall be made by e-mail to the Bid Distribution Office: emily.s.polk@nasa.gov. All contractual and technical questions must be submitted in writing via e-mail to James.D.Huk@NASA.GOV. Telephone or faxed questions will not be accepted. *** Prospective offerors shall notify this office via email to James.D.Huk@nasa.gov of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any) and obtaining a copy of the specifications/drawings via CDROM. *** NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-OCT-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS08/listing.html)
 
Record
SN01504825-F 20080210/080208233317 (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.