Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
SOLICITATION NOTICE

99 -- MANUFACTURING OF LOW VOLTAGE LITHIUM-ION BATTERY

Notice Date
3/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12427978QA
 
Response Due
4/11/2012
 
Archive Date
3/28/2013
 
Point of Contact
LaToy J. Jones, Contracting Officer, Phone 281-244-8023, Fax 281-483-4066, Email latoy.j.jones@nasa.gov - Keith D Hutto, Contracting Officer, Phone 281-483-4165, Fax 281-244-5331, Email keith.d.hutto@nasa.gov
 
E-Mail Address
LaToy J. Jones
(latoy.j.jones@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) for the MANUFACTURING OFLOW VOLTAGE LITHIUM-ION BATTERY as specified in the following Statement of Work:http://procurement.jsc.nasa.gov/NNJ12427978QA/SOW-Manufacturing.docx The Quality Requirements can be viewed at:http://procurement.jsc.nasa.gov/NNJ12427978QA/Quality-Requirements.docx The Data Requirements Description (DRD) can be viewed at:http://procurement.jsc.nasa.gov/NNJ12427978QA/DRD-Low-Voltage-Li-ion-Battery-Project.docx The provisions and clauses in the RFQ are those in effect through FAC 2005-57.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 335912 and1,000 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.Delivery to NASA/Johnson Space Center is required within 8-9 weeks ARO. Delivery shallbe FOB Destination.Offers for the items(s) described above are due by COB on April 11, 2012 tolatoy.j.jones@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.tmlOfferors shall provide the information required by FAR 52.212-1 (FEB 2012), 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 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference:52.222-3,52.222-19,52.222-21,52.222-26,52.222-36,52.225-1,52.246-15The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing via e-maillatoy.j.jones@nasa.gov not later than April 04, 2012. Telephone questions will not beaccepted.Selection and award will be made to the lowest priced, technically acceptable offeror,with acceptable past performance. Technical acceptability will be determined by reviewof information 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 (MARCH 2012), 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.NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman forthis acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. 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/NNJ12427978QA/listing.html)
 
Record
SN02707572-W 20120330/120328235020-3b6ecc4302d12a7be82e4757efa58277 (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.