Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
SOLICITATION NOTICE

Y -- HAYABUSA CLEANROOM

Notice Date
6/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423390 — Other Construction Material Merchant Wholesalers
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ11394092Q
 
Response Due
7/11/2011
 
Archive Date
6/28/2012
 
Point of Contact
Christopher Anzures, Contract Specialist, Phone 281-483-4164, Fax 281-483-4066, Email christopher.anzures@nasa.gov - LaToy J. Jones, Contracting Officer, Phone 281-244-8023, Fax 281-483-4066, Email latoy.j.jones@nasa.gov
 
E-Mail Address
Christopher Anzures
(christopher.anzures@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) to accommodate the samplehandling activities for the Hayabusa mission. NASA/JSC has a requirement for a new cleanroom. The allowable contaminants on these surfaces are very low; hence handling will bedone in a Class 10 environment. The appearance of this facility shall be compatible witha quality high-level facility. The clean room module is to be installed in room 1106 ofBuilding 31N at NASAs Johnson Space Center, Houston, TX. The clean room and anteroom areto be hard wall construction, horizontal, laminar flow rooms. Design, assembly,fabrication and installation shall conform to the applicable safety standards in thecurrent version of JPR 1700.1, JSC Requirement Handbook for Safety, Health andEnvironmental Protection. Please provide a breakdown of the material list, includingtotal cost, required to complete the effort described in the attached Statement of Work(SOW).http://procurement.jsc.nasa.gov/NNJ11394092Q/Cleanroom-spec62711.docx The provisions and clauses in the RFQ are those in effect through FAC _2005-52. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 423390 and100 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.Design, assembly, fabrication and installation at the Johnson Space Center is required by09/06/2011. All deliverables shall be FOB Destination.Offers for the items(s) described above are due by 3:00 p.m. to Christopher Anzures andLa Toy Jones via the email addresses listed below. Offers for the items must include,solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), taxpayer identification number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany representative. 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 (MAY 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-7, 52.204-10, 52.219-6, 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, 52.232-33,52.222-41, 52.222-42, NFS 1852.215-84, 1852.225-70, 1852.237-73. 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 submitted in writing via email to La ToyJones and Christopher Anzures not later than 07/05/2011. Telephone questions will not beaccepted.Selection and award will be 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.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit andprice. It is critical that offerors provide adequate detail to allow evaluation of theiroffer.(SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (MAY 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/NNJ11394092Q/listing.html)
 
Record
SN02483916-W 20110630/110628234442-f6d3b4791fab0991377fdee359624892 (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.