Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

83 -- VECTRAN WEBBING

Notice Date
1/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
313221 — Narrow Fabric Mills
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ11371002Q
 
Response Due
2/7/2011
 
Archive Date
1/25/2012
 
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
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 a Vectran 6,000 lb/inwebbing for the following specifications:-Must meet MIL-T-87130, Type VI, Class 9-Vectran must be High Tenacity (HT)-25 yards of continuous length, which is not specified in MIL-T-87130-Vectran must be coated with class-R resin per MIL-W-27265E (Condition R)Qty: 432x25 Yards roll (continuous) = 10,800 yardsAdditionally, a RFQ is required for a Vectran 4,000 lb/in webbing for the followingspecifications:-Must meet MIL-T-87130, Type VI, Class 8- Vectran must be High Tenacity (HT)-25 yards of continuous length, which is not specified in MIL-T-87130-Vectran must be coated with class-R resin per MIL-W-27265E (Condition R)Qty: 543x25 Yards roll (continuous) = 13,575 yardsThe provisions and clauses in the RFQ are those in effect through FAC 2005-49.The NAICS Code and the small business size standard for this procurement are 313221 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA/Johnson Space Center, 2101 NASA Parkway, Houston, TX 77058 is requiredwithin 12 weeks ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 2:00 p.m. local time on February 07,2011 to Perry L. Mueller, perry.l.mueller@nasa.gov, 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.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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Jan 2011), 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, 52.222-26,52.222-36,52.225-1, 52.225-2, 52.225-13,52.232-33The 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 to Perry L. Mueller,perry.l.mueller@nasa.gov, not later than 2:00 p.m. local time on January 28, 2011. Telephone questions will not be 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 (JAN 2011), 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 representationsand certifications 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=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
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11371002Q/listing.html)
 
Record
SN02366555-W 20110127/110125234838-e82d3589cc2267110be340276bc84620 (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.