Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOURCES SOUGHT

48 -- REQUEST FOR INFORMATION AND SOURCES SOUGHT FOR THE REPAIR AND REBUILD OF A75 INCH LUDLOW-RENSSELAER GATE VALVE

Notice Date
8/13/2013
 
Notice Type
Sources Sought
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
NASA Office of Procurement, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS13ZDA007L
 
Response Due
9/13/2013
 
Archive Date
8/13/2014
 
Point of Contact
Leanne Olson, Contract Specialist, Phone 228-688-1671, Fax 228-688-1141, Email leannne.olson@nasa.gov - Gerald L Norris, Contracting Officer, Phone 228-688-1718, Fax 228-688-1141, Email gerald.l.norris@nasa.gov
 
E-Mail Address
Leanne Olson
(leannne.olson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/SSC is hereby soliciting information about potential sources for 75 Ludlow-Rennsselaer Gate Valve The National Aeronautics and Space Administration (NASA) John C. Stennis Space Center (SSC) Office of Procurement (OP) is seeking potential sources from all categories of large and small businesses with the capabilities and experience to provide the requirement described herein. The purpose of this Request for Information (RFI) notice is to conduct market research to determine potential sources, capabilities of small business firms, availability of services, appropriate terms and conditions, period of performance, etc. necessary to provide for the required repair and rebuild of a 75 Ludlow-Rennsselaer gate valve with a Limitorque electric actuator at the High Pressure Industrial Water (HPIW) system, NASA/SSC. SSC is interested in obtaining comments, and best practices from industry, as well as regarding the procurement, proposal response time, handling, schedule/lead time, etc. SSC is considering procurement of these services, and desires technical guidance to refine its requirements. As such, SSC is interested in parties that are capable in the remanufacture of a 75 Ludlow-Rensselaer gate valve with a Limitorque electric actuator. Industry feedback is requested relative to the following minimum work: 1.replacement or reconditioning of the actuator 2.replacement of the stem and stem nut 3.replacement of the stem gland packing seals 4.lapping or replacement of the seat ring 5.replacement of the yoke attachment bolts 6.cleaning and painting of the valve body SSC wishes to determine if there are Small Business (SB), Small Disadvantaged Business (SDB), Certified 8(a) Small Business, HUBZone Small Business (HUBZone), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or (HBCU), firms with the capabilities and experience to meet the Governments requirement, and the appropriate level of competition and/or small business subcontracting goals if applicable. The NAICS Code and Size Standard for this requirement are 332911 and 500 Employees, respectively. The information gathered from this RFI will be used for market research analysis and to plan future procurements. Based upon information submitted in response to this RFI, NASA will determine the final content of any future solicitation(s). Submissions will also be evaluated for the purpose of determining whether a future procurement may be conducted as a competitive set-aside or issued under full and open competition (unrestricted). The Government reserves the right to consider a Small, 8(a), SDV, or HUBZone small business set-aside based on responses hereto for this requirement. A determination by the Government not to procure this requirement, based upon responses to this notice or other market research, is solely within the discretion of the Government. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the initiators of this request make no commitment to include any particular recommendations. Respondents will NOT be notified of the results of the evaluation of submissions received. This synopsis should not be construed as a formal Request for Quotation (RFQ) or Proposal (RFP) (solicitation) but, rather a Request for Information (RFI) under the authority of FAR 15.201. Responses to this RFI are not offers and cannot be accepted by NASA to form a binding contract. This synopsis is not to be construed as a commitment by the Government to make a purchase, nor will the Government pay for the information solicited or be held liable for any information obtained. Those companies who wish to express an interest in this RFI are asked to submit a written Statement of Capability (SOC) that addresses high-level alternatives; general, market-based approaches; experience in this area; knowledge of the work involved; professional resources; and answers to the specific questions requested above. Submission of any information in response to this RFI is completely voluntary.Responses should be based on the material contained in this announcement and any other relevant information the contractor thinks is appropriate. Comments or suggestions relevant to this requirement are welcome and may also be included in the response.Contractors are welcome to submit any additional documentation that may support their ability to comply with the Governments requirement. Responses shall include the companys specific area of interest in this requirement as being either a potential prime contractor, subcontractor, or other. Please also state your business size in accordance to the above NAICS code. The SOC shall not include any proprietary or confidential business or financial information relating to specific companies. Any questions shall also be submitted via e-mail to the POC listed below, which may be used in the development of the requirements. The SOC shall be submitted and received at Stennis Space Center no later than September 13, 2013 at 4:00 pm local time (Central), via e-mail only to the POC identified below. Reference the RFI # NNS13ZDA007L in any response. Faxed or telephone correspondence will not be accepted. Point of Contact (POC): All prospective companies are to direct their written electronic correspondence to the attention of: Leanne Olson at leanne.olson@nasa.gov (cc: Gerald Norris at gerald.l.norris@nasa.gov). The government anticipates that a Request for Proposal (RFP) will be issued under the Commercial Acquisition Procedures and Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13 and any resulting award will be made in the form of a Fixed Fixed Price (FFP) contract. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it and any related documents, will only be issued electronically. They would be accessed and downloaded at the NASA Acquisition Internet Service (NAIS) Business Opportunities website @ http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi and at the Federal Business Opportunities (FedBizOpps) website @ http://www.fbo.gov. It is the responsibility of potential offerors to monitor these sites for the release of any additional information pertaining to this notice and download their own copy of any resulting solicitation and amendments (if any). Interested firms are advised to be registered via the Central Contractor Registry (CCR) and have a completed Online Representations and Certification Application (ORCA) via the System for Award Management (SAM) Gateway at https://www.sam.gov. An Ombudsman has been appointed. See NASA Specific Note 'B'. Also, see NASA-Specific Note 'A' regarding Commercial Items. Any referenced notes may be viewed at the URL(s) linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS13ZDA007L/listing.html)
 
Record
SN03146473-W 20130815/130813234947-9f569f533355b60daaf18676894dd039 (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.