Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

99 -- ASTRONAUT CANDIDATE LODGING ACCOMMODATIONS - Statement of Work

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BR, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ16587097Q
 
Point of Contact
Mario A. Tijerina, Phone: 2814832217
 
E-Mail Address
mario.a.tijerina@nasa.gov
(mario.a.tijerina@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This notice 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. This notice is being issued as a Request for Quotation (RFQ) for Astronaut Candidate Lodging Requirements as detailed in the requirements listed below. Lodging requirements include a block of 20 rooms for 6 days per week for seven weeks (August 28, 2016 through November 4, 2016). The Government has a requirement for no more than 140 rooms total during this time frame. The provision and clauses in the RFQ are those in effect through FAC 05-88. This commercial item acquisition will be full and open competition with a geographical restriction. The associated North American Industry Classification System (NAICS) code is 721110, and the small business size standard is $32.5M. All responsible sources may submit an offer which shall be considered by the agency. This is a 100% full and open competition with geographical area restrictions for an area within 2 driving miles from the NASA Lyndon B. Johnson Space Center's Front Gate. The address for the front gate is 2101 NASA Parkway, Houston, TX 77058. No lodging establishment will be considered for an award if the establishment is outside of the 2 driving mile restriction mentioned above. Offers for the services described herein are due by 07/25/2016 12:00 pm CST to Mario A. Tijerina at mario.a.tijerina@nasa.gov, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company 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 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUN 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.232-33, 52.222-41, 52.219-1; 52.223-18. 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 in writing (e-mail) to Mario A. Tijerina not later than 07/18/2016 12:00 pm CST. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of the information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement, and also the site visit conducted by the Government which will occur prior to award. Offerors must include completed copies of the provision at 52.212-3 (APR 2016), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. 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/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/87e5cfbaeb10f96eb2ce98b4f77c459d)
 
Record
SN04179734-W 20160714/160712235245-87e5cfbaeb10f96eb2ce98b4f77c459d (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.