Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2008 FBO #2337
SOLICITATION NOTICE

39 -- SPF POLAR CRANE CONTROLS REPLACEMENT

Notice Date
4/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08237881Q
 
Response Due
4/30/2008
 
Point of Contact
Donald F. Hoffman, Contract Specialist, Phone 216-433-2780, Fax 216-433-5489, - Ronald W. Sepesi, Chief - Services And Construction Branch, Phone 216-433-2792, Fax 216-433-5489
 
E-Mail Address
Donald.F.Hoffman@grc.nasa.gov, Ronald.Sepesi@grc.nasa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ)] for SPF Polar CraneControls ReplacementThe provisions and clauses in the RFQ are those in effect through FAC 05.24This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333923 or500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to Plum Brook Statiion is required within 5 months of award.Delivery shall beFOB Destination.The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by 5:00PM EDT April 26, 2008 to NASAGlenn Research Center, 21000 Brookpark Road, MS 500-312, Cleveland, OH 444135 and mustinclude, 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 authorizedcompany 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 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference: 52.222-26.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 (216) 433-5489to Donald F. Hoffman not later than April 22, 2008. Telephone questions will NOT beaccepted.[INCLUDE ONE OF THE FOLLOWING][IF SELECTION WILL BE BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE SOURCE SELECTIONPROCESS (FAR 15.101-2)] Selection and award will be made (on an aggregate basis) [DELETEIF NOT AN AGGREGATE AWARD] to the lowest priced, technically acceptable offeror, withacceptable past performance (delete if past performance will not be considered)]. Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement. [OR][IF SELECTION IS BASED ON A TRADE-OFF AMONG EVALUATION FACTORS]Selection and award will be in accordance with FAR 52.212-2 with the following evaluationfactors: [ENTER FACTORS, RELEVANT IMPORTANCE OF FACTORS AND RELATIONSHIP TO PRICE]. Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement.[OR][IF USING SIMPLIFIED PROCEDURES FOR COMMERCIAL IEMS AND A TRADE-OFF SOURCE SELECTIONPROCESS IN WHICH THE GOVERNMENT MAY CONSIDER AWARD TO OTHER THAN THE LOWEST PRICE OFFEROROR OTHER THAN THE HIGHEST TECHNICALLY RATED OFFEROR WILL BE USED TO ACHIEVE BEST VALUE.] Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: [INSERT SPECIFIC FACTORS suchas Delivery, Maintenance, etc] shall also be considered] [Delete if there are no otherevaluation factors] It is critical that offerors provide adequate detail to allowevaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3f20d9467d69b9b270d2184a61e7d0a1&tab=core&_cview=1)
 
Record
SN01557359-W 20080420/080418220616-ae013cd33c6ca3604833535f333062a8 (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.