Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

99 -- PERLITE INSULATION FOR 225000 GALLON LIQUID HYDROGEN CRYOGENIC TANK

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM10335700Q
 
Response Due
5/14/2010
 
Archive Date
4/28/2011
 
Point of Contact
Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062, Email betty.c.kilpatrick@nasa.gov
 
E-Mail Address
Betty C. Kilpatrick
(betty.c.kilpatrick@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
**** CONTACT JANET APPLETON(DFI) ONLY FOR QUESTIONS OR TO SUBMIT QUOTES. CONTACTINFORMATION CAN BE FOUND IN THE BODY OF THIS NOTICE*************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 Quotations (RFQ) for filling the jacketedportion of one 225,000 gallon liquid hydrogen cryogenic tank located at building 4672 inthe West Test Area at Marshall Space Flight Center, AL. See attached Statement of Work.Listed is information that shall be submitted with quote. Failure to submit requiredinformation may disqualify vendor.Submittals:1. Procedures outlining work to install perlite in jacketed portion of 225,000 liquidhydrogen tank at MSFC.2. Qualifications to perform the work by demonstrating successful company performance ofsimilar work.3. Proof of any OSHA required training (e.g., confined space entry, scaffolding, fallprotection, respirator training, etc.) consistent with the contractor's installationapproach. 4. Power requirements to complete said job along with any tool gases need and theirpressure and flow rates.This procurement is a total small business set-aside. The offeror shall state in their offer their size status for this procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to MSFC TBD after determining successful vendor.Delivery shall be FOB Destination.Offers for the items(s) described above are due by 5/14/2010 by 4:00 p.m. to JanetAppleton(DFI) at janet.L.appleton@nasa.gov or faxed to 256-544-6560 and must include,solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), identification of any specialcommercial terms, and be signed by an authorized company representative. Offers may besubmitted using their companies stand form.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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.252-2, 52.204-7, 52.209-6, 52.247-34, 52.232-90, 52.211-90,52.246-90, 52.212-3, 52.222-50, 52.233-3, 52.233-4, 52.219-6, 52.219-28, 52.222-3,52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3 with alternate II, 52.225-13,52.232-33,1852.215-84, 1852.225-70, 1852.223-72, 1852.237-73, 52.232-90, 52.211-90, The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Janet Appleton (DFI) at janet.L.appleton@nasa.gov or faxed to256-544-6560 no later than 5/6/2010 12:00 p.m.Telephone questions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror,technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement.An 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=62. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM10335700Q/listing.html)
 
Record
SN02134569-W 20100430/100428235034-d5998f2931cf44c2e1c2aa4b694d0c07 (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.