Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2002 FBO #0152
SOLICITATION NOTICE

66 -- DILATOMETER

Notice Date
5/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
RFQ-P2RS00324-RJR
 
Response Due
5/9/2002
 
Archive Date
5/1/2003
 
Point of Contact
Roberta J. Ross, Contracting Officer, Phone (661) 276-3143, Fax (661) 276-2904, Email roberta.ross@dfrc.nasa.gov
 
E-Mail Address
Email your questions to Roberta J. Ross
(roberta.ross@dfrc.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 the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA DFRC intends to procure a Dilatometer, Specifications: 1600 degC; 0.008% PLC Accuracy; Inert atmosphere capabilities; Horizontal system; No computer hardware required; The Sample holder must be able to accommodate, at a minimum, a 1.5 inch long speciman Option 1: Acquisition card if required. Option 2: Software compatible with Orton Data Files or provide methodology for accomplishing data display capability (converting current database files from Orton Model 1000D .odf file format). Q-10, Verification of Serviceability, and Q-16, Metrology, is applicable to subject order. The provisions and clauses in the RFQ are those in effect through FAC 2001-07. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541380 and $6.0M, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to DFRC is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A7. Quotations for the items(s) described above are due by May 9, 2002 and may be mailed or faxed to Roberta J. Ross, NASA Dryden Flight Research Center, M/S D1422, PO Box 273, Edwards, CA 93523-0273 and 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 1995), 52.213-2 Invoices (Apr 1984), 52.217 Evaluation of Options Exercised at Time of Contract Award (Jun 1988), 52.227-14 Rights in Data - General (Jun 1987), 52.232-8 Discounts for Prompt Payment (Feb 2002), 52.232-25 Prompt Payment (Feb 2002), 52.247-29 F.O.B. Origin (Jun 1988), 52.247-34 F.O.B. Destination (Nov 1991), 52.247-65 F.O.B. Origin, Prepaid Freight-Small Package Shipments (Jan 1991). FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a-10d), (i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note), 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). 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 Questions regarding this acquisition must be submitted in writing no later than May 7, 2002. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=24 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) A, B, 1. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24#101198)
 
Record
SN00069783-W 20020503/020501213515 (fbodaily.com)
 
Source
FedBizOpps.gov 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.