Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

39 -- SELF-MANEUVERING ELECTRIC POWERED PERSONNEL LIFT

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08ZH0041Q
 
Response Due
9/17/2008
 
Archive Date
9/8/2009
 
Point of Contact
Raye L Kirkland, Contract Specialist, Phone 216-433-5957, Fax 216-433-2480, - Mark W. Manthey, Branch Chief, Phone 216-433-2750, Fax 216-433-5489, />
 
E-Mail Address
Ra-deon.L.Kirkland@nasa.gov, mark.w.manthey@nasa.gov<br
 
Small Business Set-Aside
Total Small Business
 
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 procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. This procurement is set aside for small business. If you are viewing this solicitationon the fedbizops website, you must check the NASA Business website for amendments andother forms (this is due to the fedbizops software design). http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offerors responsibility to check the NASA Business website for any amendments.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 thissolicitation.GENERAL SPECIFICATIONThe Contractor shall furnish: One (1) Personnel Lift, two (2) sets of all manuals, andone (1) delivery to NASA/GRC Plum Brook Station. The Personnel Lift shall be deliveredwithin 20 weeks after contract award. SPECIFICATIONS Please see attachmentMANUALSThe Contractor shall provide operational manuals that shall be written in English. Two(2) sets of operator manuals, two(2) sets of technical maintenance manuals, and two (2)parts manuals shall be included which shall document operation and maintenance of thePersonnel Lift. All software documentation required to operate/program/diagnose (CNC orPC controller) shall be included.DELIVERY AND INSTALLATIONThe Contractor shall move the personnel lift into the designated area of Building 1411,High Bay area). After completing a safety briefing at NASA/Glenn Research Center PlumBrook Station, the Contractor shall assist in the unloading of the Personnel Lift inBuilding 1411, High Bay, NASA/Glenn Research Center Plum Brook Station, Sandusky, Ohio.Installation: The Government will install the Personnel Lift.DELIVERY SCHEDULE AND FOB POINTDelivery to NASA Glenn Research Center Plum Brook Station is required.Provide aproposed delivery schedule. Delivery shall be FOB Destination, NASA Glenn ResearchCenter Plum Brook Station. SOLICITATION INSTRUCTIONSNote for those proposing advance payments: FAR limits advance payments for commercialitems to not greater than 15% of the total price for the item.If you require payment inadvance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Therefore, either line out such language or clearly state what terms arenot 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 isself insured and does not pay extraordinary insurance other than that already included innormal shipping practices.The provisions and clauses in the RFQ are those in effect through FAC 05-26.The NAIC code is 333923 and the small business size standard for this procurement is 500employees. All qualified responsible business sources may submit a quotation which shallbe considered by the agency.The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by Wednesday, September 17, 2008 at4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 BrookparkRoad, MS 500-319, Cleveland, OH 44135, and include on the envelope the solicitationnumber.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 doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. Your offer shouldinclude: FOB destination to this Center, proposed delivery schedule, discount/paymentterms, 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 besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form attached tothis solicitation (Ensure that the track changes feature is turned off when wordprocessing this form).Fill in Block 17a including CAGE and DUNS codes. Faxed offersARE NOT acceptable. Offerors shall provide the information required by FAR 52.212-1. Offerors may cite the web site that demonstrates all specifications are met for the itemoffered in lieu of providing a paper copy. Web sites that are not viewable for anyreason for up to 5 business days after the offer due date may result in the offer beingdetermined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the Offerors shall so state and shalllist the country of origin.Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certifications electronicallyvia the ORCA website at http://orca.bpn.gov. After reviewing the ORCA databaseinformation, the offeror verifies by submission of this offer that the representationsand certifications currently posted electronically at FAR 52.212-3, OfferorRepresentations and CertificationsCommercial Items, have been entered or updated in thelast 12 months, are current, accurate, complete, and applicable to this solicitation(including the business size standard applicable to the NAICS code referenced for thissolicitation), as of the date of this offer and are incorporated in this offer byreference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identifythe applicable paragraphs at (b) through (j) of this provision that the offeror hascompleted for the purposes of this solicitation only, if any.The representations and certifications will be incorporated by reference in any resultantcontract.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://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html orThe (BPN ORCA) Business Partner Network (BPN) Online Representationsand Certifications Application (ORCA) website at http://orca.bpn.gov. FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders-- Commercial Items is applicable. As prescribed in 12.301(b)(4):a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw 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 theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: X (5) (i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C.644). X (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15U.S.C. 632(a)(2)). X (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (17) 52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2007) (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 (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C.793). X (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) X (29) 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 theDepartment of the Treasury). X (35) 52.232-34, Payment by Electronic Funds TransferOther than Central ContractorRegistration (May 1999) (31 U.S.C. 3332 ). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable tocommercial services, that the Contracting Officer has indicated as being incorporated inthis contract by reference to implement provisions of law or Executive orders applicableto acquisitions of commercial items: None apply.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 SELECTIONSelection and award will be in accordance with the following:EvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a LOW PRICE TECHNICALLY ACCEPTABLE basis: Selection and awardwill be made to the lowest priced, technically acceptable offeror, with acceptable pastperformance. Technical acceptability will be determined by a review of the informationsubmitted by the offeror providing a description in sufficient detail to show that theproduct offered meets the Government's requirement (see specifications above).It iscritical that offerors provide adequate detail to allow evaluation of their offer. (SEEFAR 52.212-1(b))(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified 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 ofwithdrawal is received before award. (End of provision) MiscellaneousQuestions regarding this acquisition must be submitted in writing no later than 2 daysafter the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the releaseof 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 combinationsynopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://www.fedbizoppsgov/
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=278c970ba8238cd29a234aec4382bd1b&tab=core&_cview=1)
 
Record
SN01663615-W 20080910/080908222355-e5669cfaaafca47bd265ca9d8e195486 (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.