SOLICITATION NOTICE
47 -- ADVANCED SUBSONIC COMPRESSOR RIG
- Notice Date
- 3/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339991
— Gasket, Packing, and Sealing Device Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC12425591Q
- Response Due
- 3/9/2012
- Archive Date
- 3/2/2013
- Point of Contact
- Marilyn D. Stolz, Contract Specialist, Phone 216-433-2756, Fax 216-433-5489, Email Marilyn.D.Stolz@nasa.gov
- E-Mail Address
-
Marilyn D. Stolz
(Marilyn.D.Stolz@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 the items shown below(see attachment). SOLICITATION INSTRUCTIONS:Refer to attached file for the specifications, parts list and pricing.NOTE for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.The provisions and clauses in the RFQ are those in effect through FAC 2005-55.The NAICS Code and the small business size standard for this procurement are 339991 and500 respectively. 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 the NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 isrequired within 2 weeks ARO. Delivery shall be FOB Destination, NASA Glenn ResearchCenter.Offers for the items(s) described above are due by Friday, March 9, 2012, 4:30 p.m. GRClocal time 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, andbe signed by an authorized company representative. 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 products)quoted is other than domestic end product(s) as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)(Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Governments InterestWhen Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec2010) (31 U.S.C. 6101 note); 52.219-28, Post Award Small Business ProgramRerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003)(E.O. 11755); 52.222-19, Child LaborCooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26,Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers withDisabilities (Oct 2010) (29 U.S.C. 793); 52.223-15, Energy Efficiency in Energy-ConsumingProducts (Dec 2007) (42 U.S.C. 8259b); 52.223-16, IEEE 1680 Standard for theEnvironmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423);52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)(E.O. 13513); 52.225-1, Buy American ActSupplies (Feb 2009) (41 U.S.C. 10a-10d);52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations,and statutes administered by the Office of Foreign Assets Control of the Department ofthe Treasury); 52.232-33, Payment by Electronic Funds TransferCentral ContractorRegistration (Oct 2003) (31 U.S.C. 3332). 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 Marilyn D.Stolz not later than March 6, 2012. Telephone questions will not be accepted.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: Hardware and internalcomponents shall be compatible and interchangeable with Conax Buffalo fittings. It iscritical that offerors provide adequate detail to allow evaluation of their offer. (SEEFAR 52.212-1(b)). 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. 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. Potentialofferors will 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/GRC/OPDC20220/NNC12425591Q/listing.html)
- Record
- SN02687790-W 20120304/120302234537-37d9f1bb462c356bc4554db13de85e9e (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 |