Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2017 FBO #5853
SOLICITATION NOTICE

R -- TECHNOLOGY FORECAST SERVICES FOR MEDICAL RESEARCH, PHARMACEUTICALS, SPACE NUTRITION, OMICS AND BIOMOINTORING TECHNOLOGIES - Terms and Conditions - SF 1449

Notice Date
11/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
80JSC018R0010
 
Point of Contact
Ashley E. Harral, Phone: 2817704540, Vance Benton,
 
E-Mail Address
ashley.e.harral@nasa.gov, vance.benton@nasa.gov
(ashley.e.harral@nasa.gov, vance.benton@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
SF 1449 Terms and Conditions 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 Quotations (RFQ) for objective, independent knowledge and expertise in the current state of medical research, pharmaceuticals, space nutrition, omics, and biomonitoring technologies as well as advances that are projected in these areas over the next 15-30 years that could impact Human Resource decisions regarding future long-duration space missions. The provisions and clauses in the RFQ are those in effect through FAC 2005-96. The NAICS Code and the small business size standard for this procurement are 541690 and $15M respectively. The offeror shall state in their offer their size status for this 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 4:00 December 21, 2017 to ashley.e.harral@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), 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 (JAN 2017), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 (MAY 2015) are as follows: 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 so state and shall list the country of origin. FAR 52.212-4(JAN 2017), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.203-12,52.216-18,52.216-19,52.216-22,52.242-15,52.217-2,52.225-13,52.227-2,52.227-14,52.232-1,52.232-8,52.232-18,52.232-39,52.232-40,52.227-11,52.252-2, 52.252-6,1852.204-76,1852.216-80,1852.223-75,1852.225-70,1852.227-70,1852.227-72,1852.232-77,1852.237-72,1852.237-73 FAR 52.212-5 (NOV 2017), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10,52.204-14,52.209-6,52.219-28,52.222-3,52.222-19,52.222-21,52.222-26,52.222-35,52.222-36, 52.222-37,52.222-50,52.223-18,52.225-13,52.232-33,52.239-1,52.222-17,52.222-41,52.222-42,52.222-43 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 or fax) to Ashley Harral at ashley.e.harral@nasa.gov not later than December 18 th, 2017. Telephone questions will not be accepted. Selection and award will be in accordance with FAR 52.212-2 (OCT 2014) with the following evaluation factors: Technical, Past Performance and Price. Technical and past performance, when combined, are more important when compared to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. Offerors must include completed copies of the provision at 52.212-3 (NOV 2017), 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). It is the Offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4855f1d1c242440fce5c87a132e49956)
 
Record
SN04752417-W 20171202/171130231116-4855f1d1c242440fce5c87a132e49956 (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.