Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOLICITATION NOTICE

J -- NASA KSC Jay Jay Bridge Rail Tie Replacement - NNK16598839Q Statement Of Work

Notice Date
8/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488210 — Support Activities for Rail Transportation
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16598839Q
 
Point of Contact
Rose A. Dougherty, Phone: 3218672304
 
E-Mail Address
rose.a.dougherty@nasa.gov
(rose.a.dougherty@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Sheet Statement of Work 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 Jay Jay Bridge Railroad Tie Replacements, at NASA Kennedy Space Center (KSC), in accordance with the attached RFQ, NNK16598839Q. The provisions and clauses in the RFQ are those in effect through FAC 05-80. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 488210 and $15M 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. In addition, the awardee must be registered in System for Award Management. www.sam.gov Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to demonstrate the offeror understands the requirement and their technical approach will satisfy the Government requirement. Proposal Instructions: The proposal must contain the following elements to be considered responsive/technically acceptable: The proposed technical approach (limited to 10 pages) to performing these repairs, including, but not limited to: 1. Proposed schedule for the required field work, analysis, report development, and delivery. 2. The methodology to be utilized for repairs; 3. The technology and other tooling that will be utilized for data gathering; 4. The qualifications of the personnel contributing to the repairs and associated inspections and analysis; 5. Directly relevant past experience in performing these repairs at other comparable sites, during the past three (3) years. Provide three (3) examples and provide references. 6. Provide a complete price proposal, in accordance with the NASA Kennedy Space Center Jay Jay Bridge Tie Replacement Price Sheet. Pricing shall comply with Service Contract Act Wage Determination No. 2005-2117; Revision No. 18; dated 12/29/2015. (attached) Offers for the items(s) described above are due by September 12, 2016 to Rose Dougherty (rose.a.dougherty@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.na sa.gov/Services/NEFS/NEFSHome.tml 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 or fax) to Rose Dougherty (rose.a.dougherty@nasa.gov) not later than September 2, 2016. Telephone questions will not be accepted. 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/p ub_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/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/KSC/OPDC20220/NNK16598839Q/listing.html)
 
Place of Performance
Address: NASA Kennedy Space Center, Kennedy Space Center, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04243172-W 20160828/160826234943-09ae0e5cf4c30bca73f970da56f06c05 (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.