SOLICITATION NOTICE
J -- REFURBISHMENT OF 2 ROOTS DRESSER 10X12 RGS PUMPS
- Notice Date
- 10/8/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC16ZH002Q
- Response Due
- 10/22/2015
- Archive Date
- 10/8/2016
- Point of Contact
- Jeffrey D Hoyt, Contract Specialist, Phone 216-433-5576, Fax 216-433-2480, Email jeffrey.d.hoyt@nasa.gov
- E-Mail Address
-
Jeffrey D Hoyt
(jeffrey.d.hoyt@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This notice is being issued as a Request for Quote (RFQ) for the Refurbishment of Two (2) Roots Dresser 10x12 RGS (non high vacuum) Pumps For Vacuum Service at the B-2 NASA Glenn Research Center (GRC) Plum Brook Station (PBS) Test Facility. The provisions and clauses in the RFQ are those in effect through FAC 2005-84. This procurement is a full and open competition. The NAICS Code and the small business size standard for this procurement are 811310 and $7.5 million, respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA GRC PBS is required within [TBD as services depend on NASA shipping pumps to Contractor facility. Offerors shall state in their quotes the typical time it estimates refurbishing will take for each pump] days ARO. Delivery shall be FOB Destination, and therefore total price shall incorporate shipping. Note that this procurement will be firm-fixed price. Offerors shall submit one price which will cover all the work in the attached Statement of Work (SOW).Per instructions above, total price shall incorporate shipping. Offers for the services described above are due by 4:30 pm Eastern Standard Time (EST) on October 22, 2015 to Jeffrey Hoyt at Jeffrey.D.Hoyt@nasa.gov. Late offers will not be considered.Offers 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, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, although use of the 1449 is optional. Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: -52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACTOR AWARDS -52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT -52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS - -52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION -52.222-3 CONVICT LABOR -52.222-21 PROHIBITION OF SEGREGATED FACILITIES -52.222-26 EQUAL OPPORTUNITY -52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES -52.222-50 COMBATING TRAFFICKING IN PERSONS -52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING -52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES -52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFERSYSTEM FOR AWARD MANAGEMENT -52.222-41 SERVICE CONTRACT LABOR STANDARDS -52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Jeffrey Hoyt not later than 12 pm noon EST on Wednesday October 14, 2015. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Additionally, the Government will also evaluate the following better value features. These following features, in no particular order, are considered to be above and beyond what the Government is minimally asking for.Offerors who do not provide these better value features will not be rated negatively for failing to provide them. However, offerors who do meet or exceed the better value features can be rated more favorably than those who do not: -Extended warranty on services. -SOW section 2.3.12, operationally test. Testing above and beyond what is described in the OEM. -SOW section 4.1.7, replacement of consumables. Replacement of consumables above and beyond what is described in the SOW. -The offeror being a Roots authorized repair shop. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).This includes, but is not limited to, a technical narrative and/or description on its methods and ability to accomplish all areas of the SOW, past performance information repairing Roots blowers, and a firm-fixed-price. Offerors that do not provide this adequate detail to allow evaluation of their offer may be considered non-responsive and their offer may be rejected from consideration. Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. Offerors must be registered in the System for Award Management ( https://www.sam.gov/portal/SAM/#1 ) in order to receive a NASA award. 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/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16ZH002Q/listing.html)
- Record
- SN03918422-W 20151010/151008235046-c145c28dc2d0a93a297d1da8a92b9468 (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 |