Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

99 -- EDUCATIONAL AND OUTREACH ITEMS

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323113 — Commercial Screen Printing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ11ZBG001Q
 
Response Due
7/27/2011
 
Archive Date
7/12/2012
 
Point of Contact
Jalisa C. Sims, Contract Specialist, Phone 281-483-0986, Fax 281-244-2370, Email jalisa.c.sims@nasa.gov - Lauren N. Johnson, Contracting Officer, Phone 281-483-2780, Fax 281-244-2370, Email lauren.n.johnson@nasa.gov
 
E-Mail Address
Jalisa C. Sims
(jalisa.c.sims@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 only solicitation;offers are being requested and a written solicitation will not be issued. The Government intends to acquire commercial services using FAR Part 12, together withFAR Part 13 - Simplified Acquisition Procedures. The resulting Purchase Order will be aSingle Award utilizing a Fixed-Price Delivery Order for outreach items screen printedwith the NASA logo and website. The ISS attachment 1 can be viewed at:http://procurement.jsc.nasa.gov/NNJ11ZBG001Q/Attachment1-ISS-logo.JPG The NASA Meatball attachment 2 can be viewed at:http://procurement.jsc.nasa.gov/NNJ11ZBG001Q/Attachment2-NASA-Mtball-front.pdf The model purchase order can be viewed at:http://procurement.jsc.nasa.gov/NNJ11ZBG001Q/Model-Purchase-Order-1.docx The provisions and clauses in RFQ are those in effect through FAC 2005-53.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 323113 Commercial Screen Printing and 500 employees respectively. The offeror shall state intheir offer their size status for this procurement. I. MINIMUM REQUIREMENTS This notice is being issued as a Request for Quotations (RFQ) for insulated lunch bags,drawstring bags, water bottles, lanyards, ink pens, light-up balls, key chains, nylonflyers, and finger lights screen printed with our NASA or International Space Station(ISS) logo and website with minimum requirements as follows: A. 10,000 (5,000 red & 5,000 blue) polyester fully insulated lunch bags should be nolarger than 8 wide by 12 tall with a Velcro closure and carry strap. These lunch bagsshall have the ISS logo (see attachment #1) and the NASA website (www.nasa.gov) screenprinted in white on the front of the bags. B. 20,000 black nylon drawstring bags should be no larger than 15 wide x 18 tall. Thesedrawstring bags shall have the ISS logo (see attachment #1) and the NASA website(www.nasa.gov) screen printed in white on the front of the bags.C. 10,000 (5,000 white & 5,000 blue) translucent, double wall insulated, water bottles. These water bottles shall be eco-friendly, biodegradable, have a flip top lid and nolarger than 26 ounce. Offerors should quote both: 1) water bottles with the ISS logo(see attachment #1) on one side and the NASA Meatball logo (see attachment #2) and NASAwebsite (www.nasa.gov) on the other side, 2) water bottles with the ISS logo (seeattachment #1) and the NASA website (www.nasa.gov) screen printed in white, just underthe ISS logo. D. 10,000 high density polyester lanyards should have a free safety release buckle, a Jmetal clip and be 3/8 wide. These lanyards shall be screen printed with the NASA website(www.nasa.gov) in white, in a continuous pattern.E. 5,000 multi color ink pens that is truly four or more different pens in one barrel.These pens shall be imprinted, in black, with the NASA website (www.nasa.gov). F. 2,500 2 solid core bouncy balls with LED lights inside. The NASA website(www.nasa.gov) shall be imprinted in white on the balls.G. 5,000 round silver LED key chains with the NASA logo on one side of the disc and theNASA website (www.nasa.gov) imprinted in black on the reverse side. H. 5,000 (2,500 red & 2,500 blue) 10 collapsible nylon flyers. These flyers shall havethe ISS logo (see attachment #1) covering the entire front side of the flyer. Offerorshould quote both 1) the NASA website (www.nasa.gov) in white added just above the nameInternational Space Station on the ISS logo of the flyer, 2) the NASA website(www.nasa.gov) printed on the inside of the flyer.I. 2,500 LED finger lights should have with the ISS logo (see attachment #1) and the NASAwebsite imprinted in white (www.nasa.gov).The vendor shall include the ISS Logo (see attachment #1), the NASA Meatball (seeattachment #2) and the NASA web address of www.nasa.gov as directed in the minimumrequirements above. II. INSTRUCTIONS TO OFFERORS Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference.All responsible sources may submit an offer which shall be considered by the agency. TheGovernment intends to make a single award for all items on an 'all or none' basis;therefore, offerors must propose all items. Partial quotes will not be accepted. Visual representation of each product shall be provided by bidding vendors forconsideration by the Government.Offeror's price shall be stated as a firm fixed-price.NOTE: Offerors may suggest different styles but offerors must meet minimumexpectations.Offers for the items(s) described above are due by 4:00PM (CST) July 27, 2011 toNASA-JSC, Attn: Jalisa Sims (jalisa.c.sims@nasa.gov), JSC-BG, Houston, TX, 77058 and mustinclude, solicitation number, discount/payment terms, taxpayer identification number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany representative. Email offers are preferred.Delivery shall be to: NASA Johnson Space Center, 2101 NASA Parkway, Houston, TX 77058 c/oPeggy Carruthers, mail code OX. Delivery shall be FOB Destination.Successful offeror shall provide one proof/layout of each item (A-I above) for finalapproval. Proofs shall be delivered no later than 2 weeks after receipt of the purchaseorder.Items shall be delivered no later than 6 weeks after approval of proofs.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. 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 offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). All contractual and technical questions must be in writing (e-mail or fax) to Jalisa Sims(jalisa.c.sims@nasa.gov), not later than July 21, 2011. Telephone questions will not beaccepted. III. CONTRACT TERMS AND CONDITIONS Terms and Conditions applicable to this procurement are attached as the document entitledmodel purchase order.IV. OFFEROR REPRESENTATIONS AND CERTIFICATIONSOfferors must include completed copies of the provision at 52.212-3 (May 2011), OfferorRepresentations and Certifications - Commercial Items with their offer or have completedtheir 'Representations and Certifications' in the Government website OnlineRepresentations and Certifications Application (ORCA).These representations andcertifications will be incorporated by reference in any resultant purchase order. V. FACTORS FOR AWARD 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,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11ZBG001Q/listing.html)
 
Record
SN02496515-W 20110714/110712235350-08e4665fb8d3b2797b7765e3f86b9029 (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.