SOURCES SOUGHT
99 -- Insulated Cargo Tankers for Liquid Nitrogen (LN2) and Liquid Oxygen (LO2).
- Notice Date
- 5/13/2020 12:03:03 PM
- Notice Type
- Sources Sought
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
- ZIP Code
- 32899
- Solicitation Number
- KSC0MC388TANKER
- Response Due
- 5/26/2020 12:00:00 PM
- Archive Date
- 06/10/2020
- Point of Contact
- Hillary Heard, Phone: 321-867-4408
- E-Mail Address
-
Hillary.P.Heard@nasa.gov
(Hillary.P.Heard@nasa.gov)
- Description
- This amends the original�notice: Amendment to KSCMC338TANKER Question #13 Please answer all parts: (13) 1. Customary Industry Standard payment requirements (e.g.� % required as down payment). 2. Based on the percentage required under # 1, assuming the Government is limited to 15% payment at award, (a) what amount/percentage would you accept for two interim payments to total the percentage required under #1, and (b) what is an acceptable timeframe for the two interim payments? For example: If 35% is normally required as a down payment. At Award 15% payment Interim Payment #1 10% (Week 3 after Award contingent on contract performance standard) Interim Payment #2 10% (Week 6 after Award contingent on contract performance standard) (c) Please state if the above payment schedule is acceptable. If it is not, provide a rationale why not and propose an alternate schedule maintaining 15% payment at award and two or more interim payments. � 3. In order for the Government to provide advanced/interim payments, the Government must obtain securities per FAR 32.202-1(b)(5). What type of securities would you be able to provide to secure contract financing (e.g., Bond, Irrevocable Letter of Credit from a federally insured financial institution)? This notice is issued by NASA/Kennedy Space Center (KSC) to solicit capabilities and responses from interested vendors. This document is for information and planning purposes only and to verify reasonableness of the requirement, as well as promote competition. The NASA/KSC Office of Procurement intends to issue a combined synopsis/solicitation for the procurement for four (4) insulated cargo tankers for Liquid Nitrogen (LN2) and Liquid Oxygen (LO2), with each tanker capable of loading, storing, and offloading as outlined in the attached Statement of Work (SOW). The SOW is an informational Draft only and may change when a solicitation is issued. The North American Industry Classification System (NAICS) code for this procurement is�336212, Truck Trailer Manufacturing, with a size standard of 1,000 Employees. The Government intends to issue the combined synopsis/solicitation under FAR 12, Acquisition of Commercial Items, in conjunction with the procedures of Part 15, Contracting by Negotiation. Any resulting award will be a Firm Fixed Price contract with award to a single offeror. No solicitation exists; therefore, do not request a copy of the solicitation.We anticipate issuing a combined synopsis/solicitation via the Government Point of Entry (GPE) beta.SAM.GOV website, https://www.beta.sam.gov, no later than July 15, 2020 with a performance start date of October 1, 2020. �It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. Interested firms having the required capabilities necessary to meet the requirement described herein should submit a capability statement of not more than 3 pages with a minimum of 12-font size indicating the ability to perform all aspects of the effort. The Capability Statement shall list, at a minimum: (1) Company's name, address, primary POC and telephone number (2) Company's average annual revenues for the past three (3) years and total number of employees (3) Ownership (4) Number of years in business (5 Company's Government size standard / type classification for NAICS 336212 (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, HUB Zone business) (6) Affiliate information: parent company, joint venture partners, prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number (7) Applicable NAICS Code(s) (8) DUNS number and cage code (9) Capability to design and manufacture IAW MC-338 Standard (10) Capability to comply with SOW Section 2.h Corrosion Control and Coating (11) Feasibility of Training occurring at time of delivery to comply with SOW Section 4 Delivery and Training, c-e. (12) How many days after award does manufacturing begin and what is the standard period of performance. (13) Customary Industry Standard payment requirements (e.g.� % required as down payment). (14) Any other information deemed as important.� This notice shall not be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results. All responses shall be submitted electronically via email to Ms. Hillary Heard, Contracting Officer, at email address Hillary.P.Heard@nasa.gov no later than 3:00 pm EDT on �May 26, 2020. Please reference #KSCMC338TANKER in any response. Thank you for your interest and response to this notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b46aedb049bb4ae09e2bac940dbe8bc5/view)
- Place of Performance
- Address: Titusville, FL 32780, USA
- Zip Code: 32780
- Country: USA
- Zip Code: 32780
- Record
- SN05656885-F 20200515/200513230200 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |