SOLICITATION NOTICE
23 -- SELF-PROPELLED MODULAR TRANSPORTERS
- Notice Date
- 9/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM12442261Q
- Response Due
- 9/28/2012
- Archive Date
- 9/14/2013
- Point of Contact
- Michael R. Sosebee, Contracting Officer, Phone 256-544-0415, Fax 256-544-8688, Email michael.r.sosebee@nasa.gov
- E-Mail Address
-
Michael R. Sosebee
(michael.r.sosebee@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- ***** CONTACT JANET APPLETON(ARCS)ONLY TO SUBMIT QUOTES OR SUBMIT QUESTIONS REGARDING THIS SOLICITATION.****** This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information 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 six (6) Self-Propelled Modular Transporters per the attached specification requirements in support of the Space Launch System (SLS) program. These transporters will be purchased on a Base contract with two (2) options: 1. Anticipated Base Contract award in October 2012 for two transporters with delivery due November 2013. 2. Option one (1) anticipated to be exercised in November 2013 for two (2) transporters with delivery in January 2014. 3. Option two (2) anticipated to be exercised in March 2014 for the balance of two (2) transporters with delivery in May 2014. This procurement is a Full and Open Competition. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ will require the potential vendor to be certified within the Online System for Award Management(SAM)and Online Representations and Certifications Application (ORCA) Databases prior to award. Delivery shall be FOB Destination to Michoud Assembly Facility (MAF) in New Orleans, Louisiana. Offers for the items(s) described above are due by 9/28/2012 by 12:00 p.m. CST to Janet Appleton (ARCS) at janet.L.appleton@nasa.gov, or faxed to (256) 544-6560 and shall include, solicitation number, FOB destination to MAF Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), identification of any special commercial terms, and be signed by an authorized company representative. Offerors may submit offers using there company's standard forms. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than a domestic end product(s) as defined in the clause entitled 'Buy American Act --Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (AUG 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: See applicable solicitation/contract clause attached to this solicitation. NASA is also requesting a study that is due 30 days prior to the start of Fabrication, Manufacturing, or Assembly; see section 3.14 of the attached Statement of Work (SOW). Contents of this package include: 1. Statement of Work 2. Data Requirements Description (DRD)(marked J-2) 3. Terms and Conditions pursuant to FAR Part 12 4. Copy of SLS-RQMT-014 Space Launch System (SLS) Program Safety and Mission Assurance (S&MA) Requirements 5. Copy of SLS-RQMT-015 Space Launch System (SLS) Program Hazard Analysis Requirements 6. Copy of NPD8730.1 Metrology and Calibration 7. Appendix A- SPMT Natural Environment 8. Appendix B- Barge Door Sill Drawing 9. Appendix C- Transportation and Handling Limit Loads Factors 10.Appendix D- Multi-purpose Carrier (MPC) Interface Drawing 11.Appendix E- 30t Pintle Hook 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 Janet Appleton (ARCS) at janet.L.appleton@nasa.gov or fax to (256) 544-8712 no later than 9/19/2012 by 12:00 p.m. CST. All questions will be posted on or before 9/24/2012 by 12:00 p.m. CST. This shall be a 'one time' question and answer period.Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Vendor shall submit three (3) references for similar type contracts to include: 1. Three (3) Company Names 2. Name of Point of Contact (POC) 3. Phone numbers and email addresses of POC In order to be determined technically acceptable, vendor shall have acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62. Potential offerors will be responsible for downloading their own copy of this combination synopsis/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/NNM12442261Q/listing.html)
- Record
- SN02883217-W 20120916/120915000120-9fdefd694e0ee4de5b7fb681a3cd47ee (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 |