SOLICITATION NOTICE
59 -- ALLEN BRADLEY LN2-ROUGHING HEADER
- Notice Date
- 3/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335931
— Current-Carrying Wiring Device Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM10331165Q
- Response Due
- 3/25/2010
- Archive Date
- 3/18/2011
- Point of Contact
- Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062, Email betty.c.kilpatrick@nasa.gov - Marianne R. Campbell, Contract Specialist, Phone 256-544-6496, Fax 256-544-0236, Email Marianne.R.Campbell@nasa.gov
- E-Mail Address
-
Betty C. Kilpatrick
(betty.c.kilpatrick@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- **********PLEASE CONTACT DENECE NORRIS(DFI), denece.a.norris@nasa.gov, or fax,(256)544-5028, FOR QUOTE OR TECHNICAL CONCERNS. CONTACT INFORMATION IS ALSO IN THE BODYOF THIS SOLICITATION.************** 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. This notice is being issued as a Request for Quotations (RFQ) for Allen BradleyLN2/Roughing Header parts. MSFC is requesting the parts be the brand 'Allen Bradley' asthe attached list of items. Allen Bradley Program Logic Controller (PLC) hardware isneeded to maintain compatibility with existing Allen Bradley PLC hardware used throughoutthe Environmental Test Facility.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement is 335931. Theofferor 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. Delivery to MSFC TBD. Delivery shall be FOB Destination. Offers for the items described above are due by Thursday, 3/25/10 by 4:00 P.M. CST toDenece Norris(DFI) at denece.a.norris@nasa.gov or faxed to (256)544-5028 and mustinclude, solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration, taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product offered is other than a domestic end product as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry of origin. FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable.Addenda to FAR 52.212-4 are as follows: FAR 52.212-5 (FEB 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference:[(i)52.219-6,52.219-28,52.222-3,52.222-19,52.222-21,52.222-26,52.222-36,(i)52.225-3,(iii)Alternate II 52.225-3,52.225-13,52.232-33, 52.252-2, 52.204-7, 52.209-6, 52.247-34,1852.215-84, 1852.225-70, 1852.223-72, 1852.237-73, 52.232-90, 52.211-90,52.246-90,52.212.3] 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 DeneceNorris(DFI) at denece.a.norris@nasa.gov or faxed to (256)544-5028 no later than Tuesday,3/23/2010 by 4:00 P.M. CST. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror.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. An ombudsman has been appointed -- See NASA Specific Note 'B'. It is the offeror's 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=62. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and 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/GMSFC/POVA/NNM10331165Q/listing.html)
- Record
- SN02096920-W 20100320/100318235734-7a37509dd2b5b569cfbf9bf143b518bd (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 |