Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

J -- PRIMING PAINTING AND INSULATING 48 INCH PIPING IN CELL W7

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11403904Q
 
Response Due
9/19/2011
 
Archive Date
9/12/2012
 
Point of Contact
Scott D Haumesser, Contract Specialist, Phone 216-433-6195, Fax 216-433-2480, Email scott.d.haumesser@nasa.gov
 
E-Mail Address
Scott D Haumesser
(scott.d.haumesser@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 by FAR Part 13, withadditional information 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 Priming, Painting, andInsulating 48 Piping in Cell W-7.A. SPECIFICATIONS1.Background Drawings are attached to this document. PPT W-7 Piping Work, PDFW-7 Piping Work2.Work to be completed:2.1.Specifications for the Priming, Painting and insulating of the 48 piping for theW-7 test cell.2.2.The contractor shall prime /Paint; this project includes applying Glidden #235epoxy to all bare interior /exterior surfaces. And applying Glidden DevFlex # 4216 overthe new insulation of the 40# air lines that are to be installed in Cell W-7 as shone onprint.2.3.The contractor shall include re-insulating the piping with 1.5 thick K-Flex typeInsulation. The insulation has a temperature range of -20 degrees F to 150 degrees F andis black in color.2.4.The contractor will erect scaffold around all new piping, elbows, valves andbypass piping as shown on drawing for the insulating, painting and inspection time frameallowed for this project.2.5.The contractor shall take any and all necessary steps to ensure no dust or debrisfall on the test cell electrical/ electronic black cabinets.2.6.The contractor will provide a written Health and Safety Plan to the COTR beforework can commence. The contractor will provide means of disposal of all debris.2.7.The contractor will perform final painting of pipe insulation on a Saturday.B. FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Feb 2007) is applicable.FAR 52.212-4 (a) is to read as follows: Inspection/Acceptance. (1.) The Contractor shall only tender for acceptance those items that conform to therequirements of this contract. The Government reserves the right to inspect or test anysupplies or services that have been tendered for acceptance. The Government will requirerepair or replacement of nonconforming supplies or reperformance of nonconformingservices at no increase in contract price. If repair/replacement or reperformance willnot correct the defects or is not possible, the Government will seek an equitable pricereduction or adequate consideration for acceptance of nonconforming supplies or services.The Government will exercise its post-acceptance rights (1) Within a reasonable time after the defect was discovered or should have beendiscovered; and (2) Before any substantial change occurs in the condition of the item, unless the changeis due to the defect in the item.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items, (June 2007) is applicable. As prescribed in 12.301(b)(4),insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644).52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.223-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222.21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-50, Combatting Trafficking in Persons (Feb2009)52.225-1, Buy American ActSupplies (June 2003) (41 U.S.C. 10a-10d).52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control ofthe Department of the Treasury). 52.232-33, Payment by Electronic Funds TransferOther than Central Contractor Registration (May 1999) (31 U.S.C. 3332). NASA FAR Supplement (NFS) clauses that apply:1852.223-72 Safety and Health (Short Form) (APRIL 2002) 1852.215-84 Ombudsman (OCTOBER 2003)The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm C. SOLICITATION INSTRUCTIONSThe provisions and clauses in the RFQ are those in effect through FAC 2005- 40 Thisprocurement is a total small business set-aside. See Note 1.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 238990 and$14.0 Million 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.Offers for the items(s) described above are due by September 19, 2011 4:30pm local time(DST) and shall be mailed to NASA Glenn Research Center, 21000 Brookpark Rd. Cleveland,Ohio 44135, Scott Haumesser MS 60-1, or emailed to scott.d.haumesser@nasa.gov and shallinclude, solicitation number, Your offer, including: FOB destination to this Center,proposed delivery schedule, discount/payment terms, warranty duration (if applicable),Cage Code, DUNS identification number, Representations and Certifications, identificationof any special commercial terms, description of items offered per 52.212-1 (and asmodified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form attached to this solicitation. Fill in Block 17a including CAGEand DUNS codes. Faxed offers are not acceptable.Offerors shall include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certificationselectronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCAdatabase information, the offeror verifies by submission of this offer that therepresentations and certifications currently posted electronically at FAR 52.212-3,Offeror Representations and CertificationsCommercial Items, have been entered or updatedin the last 12 months, are current, accurate, complete, and applicable to thissolicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offerorto identify the applicable paragraphs at (b) through (j) of this provision that theofferor has completed for the purposes of this solicitation only, if any. Therepresentations and certifications will be incorporated by reference in any resultantcontract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/orhttp://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business PartnerNetwork (BPN) Online Representations and Certifications Application (ORCA) website athttp://orca.bpn.gov.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.D. EVALUATION AND AWARDEvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a LOW PRICE TECHNICALLY ACCEPTABLE basis: Selection and awardwill be made to the lowest priced, technically acceptable offeror, with an acceptablefabrication ability and who has identified risks and mitigation procedures and hasacceptable past performance. Technical acceptability will be determined by a review ofthe information submitted by the offeror providing a description in sufficient detail toshow that the product offered meets the Government's requirement (see specificationsabove). It is critical that offerors provide adequate detail to allow evaluation oftheir offer. (SEE FAR 52.212-1(b)(4) as amended herein)(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. (End of provision) E. MISCELLANEOUSQuestions regarding this acquisition must be submitted in writing no later than 2business days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note 'B'. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.Potential offerors shall be responsible for downloading their own copy of thiscombination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11403904Q/listing.html)
 
Record
SN02572833-W 20110914/110913000357-326fd0a3c5aa0804879ed23133dd5082 (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.