Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

47 -- Liquid Nitrogen Pipeline Replacement - SOW

Notice Date
7/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NNG16591121Q
 
Archive Date
11/15/2016
 
Point of Contact
DOROTHY S BASKIN, Phone: 3012863462, Tracie Rustin, Phone: 301-286-5257
 
E-Mail Address
dorothy.s.baskin@nasa.gov, tracie.m.rustin@nasa.gov
(dorothy.s.baskin@nasa.gov, tracie.m.rustin@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This notice is being issued as a Request for Quotations [RFQ] for Liquid Nitrogen Pipeline Replacement [To access the Statement of Work click on the link in 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. All contractual and technical questions must be in writing by e-mail to dorothy.s.baskin@nasa.gov not later than Monday August 2, 2016. Telephone questions will not be accepted. GENERAL INFORMATION/INSTRUCTIONS TO OFFERORS The provisions and clauses in the RFQ are those in effect through FAC 2005-88. This procurement is a Total Small Business Set-Aside. The NAICS Code and the small business size standard for this procurement are 238990 and revenue of $15.0. 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. Contractor shall start and complete project within ninety (90) calendar days after contract is awarded. Delivery shall be FOB Destination. Offers for the items(s) described above are due by Friday, August 12th, 2016 to dorothy.s.baskin@nasa.gov 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, and be signed by an authorized company representative. 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 Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference herein by reference with the same effect as if it were given in full text.[End of provision] 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. 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. 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. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). EVALUATION 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. Other critical requirements such as completion schedule and compliance to GSFC regulations shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). TERMS AND CONDITIONS OF ORDER FAR 52.212-4 (DEC 2014), Contract Trms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.252-2, 1852.215-84, 1852.225-70; 1852.237-73 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, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.236-6, 52.236-8, 52.236-10, 52.236-12, 52.236-13 *A1, 52.236-17, 52.236-26, 1852.223-70, 1852.223-75, 1852.237-70 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21d415f5e59068ee7729da4a2d2f4f2f)
 
Place of Performance
Address: NASA/Goddard Space Flight Center, 8800 Greenbelt Road, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN04196202-W 20160728/160726234922-21d415f5e59068ee7729da4a2d2f4f2f (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.