Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

99 -- SCALE MODELS ON INTERNATIONAL SPACE STATION WITH LOGISTIC VEHICLES

Notice Date
7/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ08257471R
 
Response Due
8/18/2008
 
Archive Date
7/18/2009
 
Point of Contact
Latoy J White, Contract Specialist, Phone 281-244-8023, Fax 281-244-2370, - Marianne D. Ruiz, Contracting Officer, Phone 281-483-8528, Fax 281-244-7563
 
E-Mail Address
Latoy.j.white@nasa.gov, marianne.d.ruiz@nasa.gov
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Proposal (RFP) for twenty (20) 1/100 ScaleInternational Space Station Models with the Logistic Vehicles.The Statement of Work canbe viewed at:http://procurement.jsc.nasa.gov/NNJ08257471R/ISS_Model_SOW_7-10-08.docThe provisions and clauses in the RFP are those in effect through FAC 2005-26.The NAICS Code and the small business size standard for this procurement are 339999 and500 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Ten (10) of the Scale Models shall be delivered to each of the two (2) NASA centers (atotal of 20 models): Transportation Officer, Building 421, Mark For: AccountableProperty, Attn: Gary Kitmacher/OX, NASA Johnson Space Center Houston, TX 77058;Headquarter 300, Attn: Sam Scimemi, Mail Code: JQ-CJ000 7A16, 300 E. Street S.W.,Washington, DC 20546. The initial delivery of the models shall be no later than three(3) months after Authority to Proceed (ATP). The final delivery of the models shall beno later than six (6) months after ATP. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 3PM CST on August 18, 2008 toTransportation Officer, Building 421, Mark For: Accountable Property, Attn: LaToyWhite/BG, NASA Johnson Space Center Houston, TX 77058 and must include, solicitationnumber, FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. 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.tmlOfferors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:See the attached applicable Terms and Conditions forPurchase Orders - Commerical Items or Services. The Terms and Conditions can be viewedat:http://procurement.jsc.nasa.gov/NNJ08257471R/T&C-Current-2008.doc The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmDocuments related to the procurement may be obtained via the Internet at URL: http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 All contractual and technical questions must be in writing (e-mail or fax) to LaToy Whiteat latoy.j.white@nasa.gov or 281-244-2370 not later than August 08, 2008. Telephonequestions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed Technical (technicalmerit, accuracy, unique and creative design, visual impact, quality and durability),Price, and Past Performance. Technical and Past Performance, when combined, aresignificantly more important than price, Offers must provide past performanceinformation on at least three previous contracts held with Government agencies or PrivateIndustry, product literature and product samples of finished models with similar design,workmanship, weight, and material to allow the Government to determine technical meritbased on the description provided. It is critical that offerors provide adequate detailto allow evaluation of their offer. (SEE FAR 52.212-1(b)).The product samples with similar design, workmanship, weight, and material that will beevaluated for technical merit shall be submitted to the Government by August 18, 2008. Unless otherwise specified in this solicitation, these samples shall be submitted at noexpense to the Government, and returned at the sender's request and expense. The samplesshall be shipped to the following address: Transportation Officer, Building 421, MarkFor: Accountable Property, Attn: LaToy White/BG, NASA Johnson Space Center, Houston, TX77058.The photography of the current and past configuration can be viewed at:http://procurement.jsc.nasa.gov/NNJ08257471R/ISS_Model_AC_compressed_2.ppt Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=efece73be7e706a62878fe4687f2daf6&tab=core&_cview=1)
 
Record
SN01617996-W 20080720/080718221751-22c9e049f765ada0fd570b2a3856d851 (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.