Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

E -- MANUFACTURE OF EXPLOSIVE MAGAZINE

Notice Date
5/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ10341267Q
 
Response Due
5/24/2010
 
Archive Date
5/14/2011
 
Point of Contact
Perry L. Mueller, Contract Specialist, Phone 281-483-7158, Fax 281-244-0995, Email perry.l.mueller@nasa.gov
 
E-Mail Address
Perry L. Mueller
(perry.l.mueller@nasa.gov)
 
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 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 an Explosive Magazineas described in the attached Statement of Work (SOW) and the requirements from theapplicable documents below:http://procurement.jsc.nasa.gov/NNJ10341267Q/STATEMENT-OF-WORK-Explosive-magazine.doc 1) 27 CFR section 55.208 per Section 5.0 of the SOW http://procurement.jsc.nasa.gov/NNJ10341267Q/27-CFR.pdf 2) Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) Publication 5400.7 perSection 5.0 of the SOW http://procurement.jsc.nasa.gov/NNJ10341267Q/ATF-Federal-Reg.pdf 3) NASA-STD-8719.12, The Safety Standard for Explosives, Propellants,and Pyrotechnics perSection 5.0 of the SOW http://procurement.jsc.nasa.gov/NNJ10341267Q/NASASTD.pdf The provisions and clauses in the RFQ are those in effect through FAC 2005-40.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 332311 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.Delivery to NASA/Johnson Space Center, Transportation Officer, Bldg 421, 2101 NASAParkway, Houston, TX 77058 is required within 8 weeks ARO. Delivery shall be FOBDestination.Offers for the items(s) described above are due by COB on May 24, 2010 to Lamar Muellerat perry.l.mueller@nasa.gov and must include, solicitation number, FOB destination tothis Center, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors 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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APRIL 2010), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference: 52.222-3,52.222-19,52.222-26,52.222-36,52.225-1The 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 via email toperry.l.mueller@nasa.gov not later than COB on May 18, 2010. Telephone questions will notbe accepted.Selection and award will be made to the lowest priced, technically acceptable offeror,with acceptable past performance. Technical acceptability will be determined by review ofinformation submitted by the offeror which must provide a description in sufficientdetail to show that the product offered meets the Government's requirement.Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. 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.Potentialofferors will 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
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10341267Q/listing.html)
 
Record
SN02149963-W 20100516/100514234757-7b6eb286c0fd76b6c035b71034a6e7cd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.