Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
SOLICITATION NOTICE

59 -- SWAGELOK ORBITAL WELDING SYSTEM

Notice Date
12/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423720 — Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG11363855Q
 
Response Due
12/20/2010
 
Archive Date
12/7/2011
 
Point of Contact
Torey Stevenson, Buyer, Phone 301-286-8163, Fax 301-286-1773, Email torey.d.stevenson@nasa.gov
 
E-Mail Address
Torey Stevenson
(torey.d.stevenson@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 Quotations (RFQ) for: two Swagelok OrbitalWelding Systems. Requirement is needed by February 2011 and refurbished parts cannot beused. The required parts are as follows:1. Swagelok Welding System (series 4 rigid-drive weld head)- SWS-4MRH-B - quantity 22. Swagelok Welding System (series 4 motor module)- SWS-M-MTR-B - quantity 23. Swagelok Welding System (series 4 micro weld head fixture, 1/4')- SWS-4MFB-04 -quantity 24. Swagelok Welding System (series 5 tube collets, 1/4') - CWS-5UCI-04 - quantity 85. Swagelok Welding System (series 5 tube collets, 3/8')- CWS-5UCI-06 - quantity 86. Swagelok Welding System (series 5 fixture block)- CWS-5TFB - quantity 27. Series 5 Weld Head (series 5 weld head) - SWS-5H-C - quantity 2The provisions and clauses in the RFQ are those in effect through FAC 2005-46.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 423720respectively. 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's GSFC, Greenbelt, MD20771 is required within 30 days ARO. Deliveryshall be FOB Destination.Offers for the items(s) described above are due by December 20, 2010 via email totorey.d.stevenson@nasa.gov and must include, solicitation number, FOB destination to thisCenter, 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 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28, 52.222-3,52.222-19,52.222-21,52.222-26, 52.222-35,52.222-36, 52.222-37,52.222-39, 52.222-50, 52.225-1,52.225-13 and 52.232-33. 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 ToreyStevenson not later than December 20, 2010. Telephone questions will not be accepted.Selection and award will be made to the lowest priced and/or technically acceptableofferor, with acceptable past performance. Technical acceptability will be determined byreview of information submitted by the offeror which must provide a description insufficient detail 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. These representations andcertifications will be incorporated by reference in any resultant contract.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=51. 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/GSFC/OPDC20220/NNG11363855Q/listing.html)
 
Record
SN02339550-W 20101209/101207233810-f0fea8a157303ec3e09d9c5aa8ddcd21 (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.