Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2007 FBO #1868
SOLICITATION NOTICE

95 -- METALS

Notice Date
1/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL07METALS
 
Response Due
1/22/2007
 
Archive Date
1/5/2008
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/LaRC plans to issue a series of Blanket Purchase Agreements for Metals in accordance with the attached Statement of Work. The Blanket Purchase Agreements will be established in accordance with FAR 13.303-1 and FAR Part 12 Commercial Item Procedures, and are intended to simplify the acquisition of repetitive purchase of metals which generally have short response time to meet critical research project requirements. While the majoriy of "calls" or orders will be under $5,000.00 some orders will exceed $25,000.00. Because many of these purchases meet the synopsis exemption for urgency (FAR 5.202(a)(2)), individual actions may not be synopsized. Therefore, interested parties are urged to respond to this announcement. NASA LaRC will resolicit for additional BPA sources on a regular basis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. The attached Statement of Work sets forth the range of Metals required. Vendors do not need to meet all capabilities in the Statement of Work but should clearly detail their individual capabilities in their response. Responses should also include: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are small, small disadvantaged, 8(a), Hubzone, and/or woman-owned; number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers over the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement, and point of contact - address and phone number). Technical questions should be directed to Cynthia Dea. Procurement related questions should be directed to Cynthia Dea. A completed BPA package shall be submitted to Cynthia Dea no later than January 22, 2007. Please reference NNL07METALS in any response. Any reference notes may be viewed at the following URLs linked below. This procurement is a total small business set-aside. See Note 1. The NAICS Code and Size Standard are 423510 and 100 employees, 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. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due January 22, 2007 by 4 p.m.to NASA Langley Research Center, Attn: Cynthia Dea, Mail Stop 126, Hampton, VA 23681 and must include: solicitation number, proposed delivery schedule, discount/payment 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 2006), Instructions to Offerors-Commercial, which is incorporated by reference. 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 All contractual and technical questions must be in writing (e-mail or fax) to Cynthia Dea not later than January 16, 2007. Telephone questions will not be accepted. Selection and award of BPAs will be made to the offerors whose offer will be most advantageous to the Government. Factors that will be evaluated are technical ability to meet urgent critical jobs, technical capabilities to deliver the required metals, and past performance. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed. See NASA Specific Note "B".
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#123049)
 
Record
SN01206200-W 20070107/070105221612 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.