Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

95 -- LIQUID OXYGEN TANK LOWER AND MIDDLE PEDESTAL ASSEMBLIES

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM14516491Q
 
Response Due
8/7/2014
 
Archive Date
7/17/2015
 
Point of Contact
Sharon D. Crowder, Contract Specialist, Phone 256-544-2703, Fax 256-544-6560, Email sharon.d.crowder@nasa.gov - Artra C House, Contract Specialist, Phone 256-544-3507, Fax 256-544-6560, Email artra.c.house@nasa.gov
 
E-Mail Address
Sharon D. Crowder
(sharon.d.crowder@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
*******PLEASE COORDINATE WITH SHARON D. CROWDER, ONLY, IN WRITING AT SHARON.D.CROWDER@NASA.GOV, OR FAX (256) 544-9604, FOR QUOTE OR TECHNICAL CONCERNS. CONTACT INFORMATION IS ALSO IN THE BODY OF THIS SOLICITATION.********************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The provisions and clauses in the RFQ are those in effect through FAC 2005-74. This procurement is a small business set-Aside. The NAICS Code is 332312 and size standard is 500 employees. This solicitation is being issued as a Request for Quotations (RFQ) for fabrication and delivery of the Liquid Oxygen (LOX) Tank Lower and Middle Pedestal Assemblies in accordance with the specifications (Statement of Work) provided in the attached solicitation and the applicable drawings. This Liquid Oxygen (LOX) Tank Lower and Middle Pedestal Assemblies represent only one of several Special Test Equipment (STE) components required for the Space Launch System (SLS) STE. Additional procurements will be solicited under separate announcements. Target delivery to MSFC is 52 weeks after receipt of order. Delivery shall be FOB Destination. Quote shall include all shipping/transportation costs with offer (See instructions for quote pricing provided in Section 5 of the solicitation). All contractual and technical questions must be in writing (email or fax) to Sharon D. Crowder at sharon.d.crowder@nasa.gov no later than July 29, 2014 by 12:00 p.m. C.S.T. Telephone questions will not be accepted. It is the offeror's responsibility to monitor this site for the release of amendments (if any). Offers for the items(s) described above are due by 8/7/14 by 4:00 p.m. C.D.T. Vendors may submit quotes on their company standard forms. This solicitation includes the following Sections: 1. Clauses/Terms and Conditions Section 1, Pages 1-10 2. Statement of Work (SOW) Section 2, Pages 11-14 3. Data Procurement Document(DPD)- Section 3, Pages 3-1 through 3-15 4. Solicitation Provisions/Representations and Certifications Section 4, Pages 15-29 5. Solicitation Provisions/Quote Instructions- Section 5, Pages 30-31 6. Solicitation Provisions/Evaluation Criteria- Section 6, Pages 32-34 The following attachments also apply to the solicitation and are uploaded as separate documents: 1. Drawings 90M14230, 90M14231, 90M14233, 90M14236, 90M14237, 90M14238 2. Past Performance Evaluation Form FAR Provision 52.212-1 Instructions to Offerors-Commercial Items, is applicable to this acquisition and is incorporated by reference. In addition to the information required by FAR 52.212-1(b) to be submitted with the offer, additional information is required which is specified in Section 5 of the solicitation. It is critical that offerors provide adequate detail to allow evaluation of their offer (See FAR 52.212-1(b). FAR Provision 52.212-2, Evaluation-Commercial Items, is applicable to this acquisition. See Section 6 of the solicitation for the specific evaluation criteria included in this provision and additional information provided regarding the evaluation of the offers. Offerors are to include a completed copy of the Representations and Certifications provided in the solicitation (See Section 4) with their offer. This includes the FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, and other FAR and NASA FAR Supplement provisions included in Section 4. Note that if the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act--Supplies", the offeror shall state the country of origin in FAR 52.212-3. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. Additional Terms and Conditions are applicable and are provided in Section 1 of the solicitation. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items is applicable and the following additional FAR clause cited in the clause are applicable to this application: See Section 1 of the solicitation for the checked applicable clauses. Offers will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ shall require the potential vendor to be certified with the Online System for Award Management (SAM) database and Online Representations and Certifications Application Databases prior to award. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html Although the official point of contact shows Artra House, please direct any offers or questions to Sharon D. Crowder at sharon.d.crowder@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM14516491Q/listing.html)
 
Record
SN03428709-W 20140719/140717235415-7c21037d68b28bb972b2ecb2f3aeff4b (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.