Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27, 2000 PSA #2694
SOLICITATIONS

68 -- LIQUID NITROGEN FOR GODDARD SPACE FLIGHT CENTER

Notice Date
September 25, 2000
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
ZIP Code
32899
Solicitation Number
IFB10-000046
Response Due
October 25, 2000
Point of Contact
Lisa Morales, Contract Specialist, Phone (321) 867-3860, Fax (321) 867-1188, Email moralL@kscgws00.ksc.nasa.gov
E-Mail Address
Lisa Morales (moralL@kscgws00.ksc.nasa.gov)
Description
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 Step 1 of a 2-Step Sealed Bid solicitation; information to determine the offerors technical capability to meet the requirement is requested in this notice. A written solicitation will be issued at a later date, only to those offerors deemed technically capable in Step 1. The written solicitation will constitute Step 2 and require offerors to submit firm prices in the form of a Sealed Bid. This notice is being issued as a Invitation for Bid (IFB) for Liquid Nitrogen (IAW MIL-PRF-27401D) product. Delivery of product by over-the-road, bulk cryogenic tanker trucks is required. The average size of deliveries is 25 tons per tanker truck. Multiple truck loads per day may be required. Delivery of product to Goddard Space Flight Center (GSFC), Greenbelt, MD, FOB destination is required. The Best Estimated Quantities (BEQ) per year is 9,600 tons of liquid nitrogen to the delivery point. A fixed-price requirements type contract is planned. Only one contract will be issued for the product. Under this arrangement, the Kennedy Space Center will award and administer the prime contract, while personnel at GSFC will issue funded delivery orders and receive shipments in accordance with the contract. Requests for Shipment will be placed with a minimum of 24 hours notice prior to required delivery time for routine deliveries and 8 hours notice prior to required delivery time for emergency deliveries. Prospective offerors are required to provide the following information to determine technical capability for Step 1. 1. Discuss your production, storage and distribution facilities that will be used to produce and deliver liquid nitrogen requirements. Provide a table listing for each plant location producing liquid nitrogen (primary and backup, the amount of product produced per day (in tons), storage capacity (in tons), transportation fleet (no. of tanker trucks, average age, capacities, driver staff and capacity), one-way distance and transit time from plant to delivery point. 2. Disucss your quality management systems and safety program, including your top level mission statement and/or goals. Complete quality/safety directives/operating procedures are not required, but may be referenced. Discuss your level of corporate commitment to quality and safety. 3. Past Performance -- discuss any contracts you have performed in the last 3 years to provide this or similiar MIL-SPEC product(s) to the government and/or commercial customers. For each contract, provide the type of product delivered, quantity per year and length of service to that customer. Provide current address and phone numbers for up to three customers that can be contacted for verification of successful past performance. Prospective offerors that are deemed technically capable in Step 1 will be required to comply with the specifications and planned approach to meet the requirement set forth in the Step 1 technical proposal when submitting a priced bid in Step 2. The provisions and clauses in the IFB are those in effect through FAC 97-19. The SIC/NAICS codes and the small business size standard for this procurement are 2813/32512 and 1,000 employees respectively. The offeror shall state in their offer, their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Step 1 technical proposals for the item(s) described above are due by 4:00 p.m. local time on October 25, 2000, and must include all the information requested above to determine technical capability. Step 1 technical proposals may be submitted via email to the contracting officer listed herein, or faxed to (321) 867-1188, or sent via U.S. Mail to Lisa Morales, Contracting Officer, Mail Code OP-OS, Kennedy Space Center, FL 32899. 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. Questions regarding this acquisition must be submitted in writing (fax or email acceptable) no later than October 13, 2000. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ 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 in Step 2, following determination of technical capability in Step 1. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=76 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76#IFB10-000046)
Record
Loren Data Corp. 20000927/68SOL004.HTM (D-269 SN500394)

68 - Chemicals and Chemical Products Index  |  Issue Index |
Created on September 25, 2000 by Loren Data Corp. -- info@ld.com