SOLICITATION NOTICE
23 -- CUTAWAY VAN WITH LIFT GATE
- Notice Date
- 2/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336120
— Heavy Duty Truck Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC10328476Q
- Response Due
- 2/16/2010
- Archive Date
- 2/5/2011
- Point of Contact
- Garnette A Dutton, Buyer, Phone 216-433-2828, Fax 216-433-2480, Email Garnette.A.Dutton@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Garnette A Dutton
(Garnette.A.Dutton@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 only solicitation;offers are being requested and a written solicitation will not be issued. NASA/GRC has a requirement to purchase 1 (ONE) CUTAWAY VAN/TRUCK WITH LIFT GATE to beused for package deliveries. The van/truck must meet the following specifications: Alternative fuel preferredFlexible fuel Engine min of 255 hp.Automatic transmissionTilt steeringRear wheel driveStainless steel exhaustPower steeringAir conditioningAM/FM RadioSeating capacity 2 bucket seatsDrivers and passengers side convex spotter folding outside mirrors.Payload 7400 lbsRear axle capacity 8500 lbsRear spring rating 8500 lbsWheelbase 176.0Fuel Tank 40.0 gallonGVWR 12,500 lbsFront axle capacity 5000 lbsAny color, except whiteRear box:2 X 6 Dense pine shiplapped3/8 plywood lining full sidesCargo control = E-track on 3 sides @24 48 721 dome light with rear switch hotwiredStandard bulkhead3/8 core front wallPass through cab sliding doorOverhead roll up rear door 88 X 79Lift gate:Maxon rail lift 1600 lb capacityCab cut off switch36 X 90 +6Any specifications not detailed above must meet the minimum industry standards for thistype of vehicle. The provisions and clauses in the RFQ are those in effect through FAC _2005_-38.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 336120, 500respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, 21000 Brookpark Rd, Cleveland, OH 44135, isrequired within 7 days of ARO.Delivery shall be FOB Destination. If dealership iswithin the Cleveland Metropolitan area, arrangements can be made for pickup of thevehicle at the dealership.Offers for the items(s) described above are due by 4:30 pm, February 11, 2010 to NASAGlenn Research Center, 21000 Brookpark Rd, Cleveland OH 44135,and must 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 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1. 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.Addenda to FAR 52.212-4. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 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) to Garnette A.Dutton not later than 4:30 pm, February 11, 2010. Telephone questions will not beaccepted. 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. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), 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". It is the offerors responsibility to monitor the following Internet site for the releaseof solicitation 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10328476Q/listing.html)
- Record
- SN02059204-W 20100207/100205235123-03fbe842e1d4e7596a793b854fd12490 (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 |