Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2012 FBO #3764
SOLICITATION NOTICE

36 -- 5000 GALLON MOBILE LIQUID HYDROGEN DEWAR

Notice Date
3/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12423679
 
Response Due
5/2/2012
 
Archive Date
3/13/2013
 
Point of Contact
Deborah L. Giavasis, Contracting Officer, Phone 216-433-5420, Fax 216-433-2480, Email Deborah.L.Giavasis@nasa.gov
 
E-Mail Address
Deborah L. Giavasis
(Deborah.L.Giavasis@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 Quotation for the attachedSpecification(RFQ) entitled 'Specification for the Procurement of 5000 Gallon MobileLiquid Hydrogen Dewar H-91'. Include estimated Shipping and Handling Charges with yourproposal. Quantity 1 each.The provisions and clauses in the RFQ are those in effect through FAC 2005-56.The NAICS Code and the small business size standard for this procurement are 336212 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 before May 7, 2013.Delivery shall beFOB Destination. OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TOEVALUATE IF THE ITEM WILL MEET THE DESCRIBED SPECIFICATION.Offers for the items(s) described above are due by 4:30pm local Cleveland time on May 2,2012 to Debbie Giavasis, 21000 Brookpark Road, MS 60-1, Cleveland, OH 44135 and mustinclude, solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), taxpayer identification number(TIN), CAGE Code and identification of any special commercial terms, and be signed by anauthorized company representative. A CAGE Code is required prior to any purchase order orcontractual award with NASA GRC. 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 If your vendor status is other than a small business for the NAICS Code for thisacquisition, please submit a Small Business Subcontracting Plan that meets therequirements of FAR 19.704 or a copy of your company's commercial plan. Small Businessesare not required to submit Small Business Subcontracting Plans; however, small businessesare required to indicate the amount of effort proposed to be done by a small businesseither at the prime level or at the first tier subcontract level. This solicitationcontains FAR clause 52.219-9, Small Business Subcontracting Plan with Alternate II. The plan described and required by the clause, including the associated subcontractingpercentage goals and subcontracting dollars, shall be submitted with your proposal. Proposals submitted in response to this solicitation shall include a subcontracting planthat separately addresses subcontracting with (1) Small Businessses (SB), (2) SmallDisadvantaged Business Concerns (SDB), (3) Women Owned Small Business Concerns (WOSB),(4) Historically Black Colleges and Universities (HBCU)/Minority Institutions(MI), (5)HUBZone Small Business Concerns (HBZ), (6) Veteran Owned Small Business Concerns (VOSB),(7) Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The plan shall beincluded in and made a part of the resultant contract. The subcontracting plan shall benegotiated within the time specified by the Contracting Officer. Failure to submit andnegotiate a subcontracting plan shall make the offeror ineligible for award of acontract. All technical questions must be in writing (e-mail) to Debbie Giavasis, email: Deborah.L.Giavasis@nasa.gov no later than 4:00pm local Cleveland time on April 13, 2012. Telephone questions will not be accepted.Selection and award will be in accordance with FAR 52.212-2 (JAN 1999) using thefollowing evaluation factors: Technical Acceptability, Schedule, Past Performance, andPrice.Selection and award will be made to the lowest-priced, technically acceptable offerorthat meets or exceeds the delivery schedule and has acceptable past performance inproviding the same or similar items. Technical acceptability:Evaluation will be based upon the ability of the offer to meet or exceed the requirementsset forth in the attached Specification for the 5000 Gallon Mobile Liquid Hydrogen DewarH-91. Schedule:The offeror must be able to deliver this product on or before May 7, 2013.Past Performance:To determine whether the offeror has acceptable past performance, the government willevaluate the offerors list of clients for which it has provided the same or similarproducts within the last three years. The government may also use other sources to findrelevant past performance. The offeror shall also provide a list of recent and relevantcontracts including contract number, points of contact, total contract value and phonenumbers.FEDERAL ACQUISITION REGULATIONS APPLICABLE: Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Provide evidence thatthe offerors products meet all of the specifications and will be delivered within therequired delivery date noted in the attached requirements document. FAR 52.212-4 (FEB 2007), 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) 52.233-3,Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breachof Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall complywith the FAR clauses in this paragraph (b) that the Contracting Officer has indicated asbeing incorporated in this contract by reference to implement provisions of law orExecutive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice ofTotal HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). _X_ (3) 52.219-4, Notice of PriceEvaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offerorelects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).[ __(4) Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II(Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May2004) (15 U.S.C. 637(d)(2) and (3)). _X_ (8)(i) 52.219-9, Small Business SubcontractingPlan (Sept 2007) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. X__(iii) Alternate II (Oct 2001) of 52.219-9. _X (9) 52.219-14, Limitations onSubcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-8, LiquidatedDamagesSubcontracting Plan (Jan 1999) (15 U.S.C 637(d)(4)(F)(i)). __ (11)(i) 52.219-23,Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall soindicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25,Small Disadvantaged Business Participation ProgramDisadvantaged Status and Reporting(Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, SmallDisadvantaged Business Participation ProgramIncentive Subcontracting (Oct 2000) (Pub. L.103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of TotalService-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __(15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C.632(a)(2)). _X_ (16) 52.223-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17)52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2007) (E.O. 13126)._X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26,Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity forSpecial Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers withDisabilities (Jun 1998) (29 U.S.C. 793). _X_ (22) 52.222-37, Employment Reports onSpecial Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept2006) (38 U.S.C. 4212). _X_ (23) 52.222-39, Notification of Employee Rights ConcerningPayment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (24)(i) 52.222-50, CombatingTrafficking in Persons (Aug 2007) __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i)52.223-9, Estimate of Percentage of Recovered Material Content for EPA-DesignatedProducts (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.225-1, Buy American ActSupplies (June2003) (41 U.S.C. 10a-10d). __(27)(i) 52.225-3, Buy American ActFree TradeAgreementsIsraeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) AlternateI (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (28) 52.225-5, Trade Agreements (Aug 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (29)52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, andstatutes administered by the Office of Foreign Assets Control of the Department of theTreasury). __ (30) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Aug 2006)(42 U.S.C. 5150). __ (31) 52.226-5, Restrictions on Subcontracting Outside Disaster orEmergency Area (Aug 2006) (42 U.S.C. 5150 ). __ (32) 52.232-29, Terms for Financing ofPurchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (33)52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C 255(f), 10U.S.C. 2307(f)). _X_ (34) 52.232-33, Payment by Electronic Funds TransferCentralContractor Registration (Oct 2003) (31 U.S.C. 3332). __ (35) 52.232-34, Payment byElectronic Funds TransferOther than Central Contractor Registration (May 1999) (31U.S.C. 3332 ). __ (36) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __(37) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). _X_ (38)(i)52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). _X_ (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: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, etseq.). __ (2) 52. 222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act andService Contract ActPrice Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (4) 52.222-44, Fair Labor Standards Act andService Contract ActPrice Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, etseq.). __ (5) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) (31 U.S.C.5112(p)(1)). __ (6) 47.5 (Ocean Transportation by U.S. Flag Vessels) __ (7) 52.247-21, ContractorLiability for Personal Injury and/or Property Damage __ (8) 52.247-22, ContractorLiability for Loss and of and/or Damage to Freight other than Household Goods 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.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 It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 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. These representations andcertifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12423679/listing.html)
 
Record
SN02695687-W 20120315/120313235932-1e81f26bda3cd5385adbe16f1b7f52b8 (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.