Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

66 -- DUAL ROTOR TURBINE FLOWMETER

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11396768Q
 
Response Due
8/22/2011
 
Archive Date
8/8/2012
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone 216-433-2764, Fax 216-433-2480, Email Timothy.M.Bober@nasa.gov
 
E-Mail Address
Timothy M. Bober
(Timothy.M.Bober@nasa.gov)
 
Small Business Set-Aside
N/A
 
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 15 sets of dual rotorturbine flowmeters and integrated flow computers.Please see the attached specifications for further information on the dual rotor turbineflowmeters and integrated flow computers. **NOTE TO PROSPECTIVE OFFERORS: THE OFFEROR MUST INCLUDE ADEQUATE INFORMATION IN THEIRQUOTATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THE PROPOSED ITEM/S MEET THEREQUIREMENTS IN THE ATTACHED SPECIFICATIONS** The provisions and clauses in the RFQ are those in effect through FAC 2005 - 47.The NAICS Code and the small business size standard for this procurement are 334513 and500 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 NASA Glenn Research Center is required within 10 weeks ARO. Delivery shallbe FOB Destination.Offers for the items(s) described above are due by Monday August 22, 2011 at 4:00 p.m. ETand may be e-mailed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000Brookpark Road Mail Stop 60-1 Cleveland Ohio 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), Government andCorporate Entity (CAGE) code, Representations and Certifications, identification of anyspecial commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tmlOfferor may take exceptions to the terms and conditions of this solicitation. If anexception is taken, state the item taken exception to and the proposed alternative. Notethat by your doing so, the Contracting Officer may reject your offer as non-responsive ifit is not in the best interests of the Government to accept the alternative offered. A copy of a published price list, catalog price or computer page printout showing theprice for items listed in the specifications may also be included, if desired. (Note: theContracting Officer may request this information if only one source provides an offer). APPLICABLE FEDERAL ACQUISITION REGULATIONS: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(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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items:(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).[ ] Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: Contracting Officer check as appropriate.[X](1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), withAlternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).[ ](2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L.110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).[ ](3) 52.203-15, Whistleblower Protections under the American Recovery and ReinvestmentAct of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded bythe American Recovery and Reinvestment Act of 2009.)[X](4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2010) (Pub. L. 109-282)(31 U.S.C. 6101 note).[ ](5) 52.204-11, American Recovery and Reinvestment Act--Reporting Requirements (JUL2010) (Pub. L. 111-5).[X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting withContractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101note). (Applies to contracts over $30,000). (Not applicable to subcontracts for theacquisition of commercially available off-the-shelf items).[ ](7) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (JAN 2011) (15U.S.C. 657a).[X](8) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small BusinessConcerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicatein its offer) (15 U.S.C. 657a). if full and open competition.[ ](9) (Reserved)[](10)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). if small business set aside.[ ](ii) Alternate I (OCT 1995) of 52.219-6.[ ] (iii) Alternate II (MAR 2004) of 52.219-6.[ ](11)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUN 2003) (15 U.S.C.644).[ ](ii) Alternate I (OCT 1995) of 52.219-7.[ ] (iii) Alternate II (MAR 2004) of 52.219-7.[X](12) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 (d)(2)and (3)).[ ](13)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. 637(d)(4).[ ](ii) Alternate I (OCT 2001) of 52.219-9.[ ](iii) Alternate II (OCT 2001) of 52.219-9.[ ](iv) Alternate III (JUL 2010) of 52.219-9.[ ](14) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)).[ ](15) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C.637(d)(4)(F)(i)).[X](16)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small DisadvantagedBusiness Concerns (OCT 2008) (10 U.S.C. 2323)(if the offeror elects to waive theadjustment, it shall so indicate in its offer.)[ ](ii) Alternate I (JUN 2003) of 52.219-23.[ ](17) 52.219-25, Small Disadvantaged Business Participation Program--DisadvantagedStatus and Reporting (DEC 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).[ ](18) 52.219-26, Small Disadvantaged Business Participation Program--IncentiveSubcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).[ ](19) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small BusinessSet-Aside (MAY 2004)(15 U.S.C. 657 f).[X](20) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15U.S.C. 632(a)(2)).[ ](21) 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-OwnedSmall Business (EDWOSB) Concerns (APR 2011).[ ](22) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB)Concerns Eligible Under the WOSB Program (APR 2011).[X](23) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).[X](24) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010)(E.O. 13126).[X](25) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).[X](26) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).[](27) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).[](28) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793).[](29) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212).[X](30) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act(DEC 2010) (E.O. 13496).[X](31) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order12989). (Not applicable to the acquisition of commercially available off-the-shelf itemsor certain other types of commercial items as prescribed in 22.1803.)[ ](32)(i) 52.223-9, Estimate of Percentage of Recovered Material Content forEPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to theacquisition of commercially available off-the-shelf items.)[ ](ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable tothe acquisition of commercially available off-the-shelf items.)[X](33) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C.8259b).[ ](34)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of PersonalComputer Products (DEC 2007) (E.O. 13423).[ ](ii) Alternate I (DEC 2007) of 52.223-16.[X](35) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010)(E.O13513).[X ](36) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d).[X](37)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (JUN2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note,Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138).[ ](ii) Alternate I (JAN 2004) of 52.225-3.[ ](iii) Alternate II (JAN 2004) of 52.225-3.[ ](38) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note).[X](39) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury).[ ](40) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C.5150).[ ](41) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV2007) (42 U.S.C. 5150).[](42) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41U.S.C. 255(f), 10 U.S.C. 2307(f)).[ ](43) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C.255(f), 10 U.S.C. 2307(f)).[X](44) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration(OCT 2003) (31 U.S.C. 3332).[ ](45) 52.232-34, Payment by Electronic Funds Transfer - Other than Central ContractorRegistration (MAY 1999) (31 U.S.C. 3332).[ ](46) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332).[ ](47) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).[ ](48)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).[ ](ii) Alternate I (APR 2003) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable tocommercial services, that the Contracting Officer has indicated as being incorporated inthis contract by reference to implement provisions of law or Executive orders applicableto acquisitions of commercial items: (Contracting Officer check as appropriate.)[ ](1) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.).[ ](2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).[ ](3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment(Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, etseq.).[ ](4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment(SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).[ ](5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts forMaintenance, Calibration, or Repair of Certain Equipment--Requirements (NOV 2007) (41U.S.C. 351, et seq.).[ ](6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts forCertain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.).[ ](7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247).[ ](8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record. The Contractor shall comply with theprovisions of this paragraph (d) if this contract was awarded using other than sealedbid, is in excess of the simplified acquisition threshold, and does not contain theclause at 52.215-2, Audit and Records - Negotiation.(1) The Comptroller General of the United States, or an authorized representative of theComptroller General, shall have access to and right to examine any of the Contractor'sdirectly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times therecords, materials, and other evidence for examination, audit, or reproduction, until 3years after final payment under this contract or for any shorter period specified in FARSubpart 4.7, Contractor Records Retention, of the other clauses of this contract. If thiscontract is completely or partially terminated, the records relating to the workterminated shall be made available for 3 years after any resulting final terminationsettlement. Records relating to appeals under the disputes clause or to litigation or thesettlement of claims arising under or relating to this contract shall be made availableuntil such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures andpractices, and other data, regardless of type and regardless of form. This does notrequire the Contractor to create or maintain any record that the Contractor does notmaintain in the ordinary course of business or pursuant to a provision of law.(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and(d) of this clause, the Contractor is not required to flow down any FAR clause, otherthan those in this paragraph (e)(1) in a subcontract for commercial items. Unlessotherwise indicated below, the extent of the flow down shall be as required by theclause--(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L.110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).(ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and(3)), in all subcontracts that offer further subcontracting opportunities. If thesubcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5million for construction of any public facility), the subcontractor must include 52.219-8in lower tier subcontracts that offer subcontracting opportunities.(iii) (Reserved)(iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).(v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).(vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793).(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act(DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FARclause 52.222-40.(viii) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.).(ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts forMaintenance, Calibration, or Repair of Certain Equipment--Requirements (NOV 2007) (41U.S.C. 351, et seq.).(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts forCertain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.).(xii) 52.222-54, Employment Eligibility Verification (JAN 2009).(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause52.226-6.(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance withparagraph (d) of FAR clause 52.247-64.(2) While not required, the contractor may include in its subcontracts for commercialitems a minimal number of additional clauses necessary to satisfy its contractualobligations.**It is critical that offerors provide adequate detail to allow evaluation of theiroffer.(SEE FAR 52.212-1(b)(4)).**The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing (e-mail or fax) to Timothy M.Bober not later than Monday August 15, 2011. Telephone questions WILL NOT be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror,with acceptable past performance. Technical acceptability will be determined by reviewof information submitted by the offeror which must provide a description in sufficientdetail to show that the product offered meets the Government's requirement.Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract.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
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11396768Q/listing.html)
 
Record
SN02525515-W 20110810/110808235253-d43d28ea82a5f7775739c2a2bf0966c0 (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.