Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

66 -- Laser For Pandora Calibration Facility - Specifications

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road, Stennis Space Center, Mississippi, 39529, United States
 
ZIP Code
39529
 
Solicitation Number
NNX18667842Q2
 
Archive Date
8/1/2018
 
Point of Contact
Felecia L. London, Phone: 3012866693, Tiffany Neal, Phone: 3012869847
 
E-Mail Address
Felecia.L.London@nasa.gov, Tiffany.Neal@nasa.gov
(Felecia.L.London@nasa.gov, Tiffany.Neal@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC has a requuirement for Lasers for NASA Pandora Calibration facility. See attached Laser/Hardware Specification. THIS IS A FULL AND OPEN PROCUREMENT NASA/NSSC will be the procuring center for this effort. Performance will be located at NASA Goddard Space Flight Center. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additonal 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). The provision and clauses in the RFQ are those in effect through FAC 2005-85-1. Offerors are required to submit their quotes VIA email to Felecia London at Felecia.l.london@nasa.gov All contractual and technical questions regrading this acquistion must be submitted in writing (email) to Felecia London at Felecia.l.london@nasa.gov, no later than 12:00 PM EST fon July 13, 2018, Telephone questions will not be accepted. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any) The NAICS Code and size standard for this procurement arre 334516 respectively. The offeror shall state in their offer their size status for this procurement. Delivery to NASA/GSFC is required within (4) weeks ARO. Delivery shall be: FOB Destination. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items described above are due by 3:00 PM EST on July 17, 2018 to NASA/GSFC VIA email. The proposal must include, solicitation number, FOB Destination to this Center, proposed delivery schedule, discount/payment tems, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms and be signed by an authorized company representative. Award from this RFQ shall require the potential vendor to be certified within the System for Award Management System (SAM) and completion of Reps and Certs in the SAM system prior to award at www.sam.gov. If it is in the best interest of the Government, quotes submitted after the due date may be accepted. If the end product offered is other than a domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. The following clauses and provisions are applicable to this combined synopsis/solicitation: 52.212-1, Instructions to Offerors; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. 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.html Offerors must include completed copies of the provision at 52.212.3 Offeror Representations and Certifications-Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract. 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 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), 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; 52.209-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-18; 52.225-3; 52.225-13; 52.232-33. The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to the lowest priced, technically acceptable offeror. 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. 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/6c10fde13689fc5015c64af90c864257)
 
Place of Performance
Address: TBD, United States
 
Record
SN04987611-W 20180713/180711231251-6c10fde13689fc5015c64af90c864257 (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.