Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2024 SAM #8292
SOLICITATION NOTICE

68 -- Refrigerant - Virgin 1,1,1,2 Tetrafluoroethane (R-134a)

Notice Date
8/8/2024 1:36:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
80LARC875668Q
 
Response Due
8/16/2024 2:00:00 PM
 
Archive Date
08/17/2024
 
Point of Contact
Michael Devine
 
E-Mail Address
michael.p.devine@nasa.gov
(michael.p.devine@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT NO. 01 This notice constitutes AMENDMENT NO. 01 to the combined synopsis/solicitation for delivery of� 240,000lbs Virgin (unused) 1,1,1,2 Tetrafluoroethane (R-134a) 80LARC875668Q. Offerors shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/solicitation and a written amendment will not be issued. The purpose of this amendment is to add the following terms and conditions: NSF CLAUSES: 1852.223-70 SAFETY AND HEALTH MEASURES AND MISHAP REPORTING. (DEC 2015) DOCUMENT SPECIFIC CLAUSES: NOTICE OF SAFETY VIOLATION RESPONSE Accordinlgy Attachment C has been updated. Please refer to the attachment for a complete copy of the updated terms and conditions. The due date for receipt of Offers is not extended. Companies shall provide the information stated in the synopsis/solicitation. (End of Amendment No. 01) 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 Quotation (RFQ) under solicitation number 80LARC875668Q for delivery of �240,000lbs Virgin (unused) 1,1,1,2 Tetrafluoroethane (R-134a). R-134a shall conform to all requirements of the ARI-700 standard for new refrigerants. The provisions and clauses in the RFQ are those in effect through FAC 2024-05. This acquisition is a 100% total small business set-aside. The NAICS Code and Size Standard are 325120 and 1,200 employees respectively.� The Offeror shall state in their offer their size status for this acquisition. Notice to SBA qualified Nonmanufacturers and Wholesale Suppliers: This is a Nonmanufacturer Rule (NMR) Qualifying NAICS under FAR 19.505(c). No SBA waivers apply to this solicitation waving the NMR. Accordingly, Offerors are required to provide end products from manufacturers certified as small business concerns under the NAICS. All responsible sources may submit an offer which shall be considered by the agency. Initial delivery to NASA Langley Research Center, Hampton VA is required by September 30, 2024, after receipt of order. Delivery shall be free on board (FOB) Destination. The selected Offeror shall work with the End-user Technical Representative (TR) for delivery point specifics after award. The payment terms will be NET 30. No partial payments or deliveries are acceptable (notwithstanding NASA understands this quantity of gas may require multiple bulk tank trucks). Offers for the items(s) described above must include, solicitation number, FOB destination to this NASA Center, proposed delivery schedule, discount/payment terms, warranty duration, 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: https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far����� NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023) which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 52.204-7. If the end product(s) offered is other than domestic end product(s) as defined in the clause 52.225-1 entitled ""Buy American Act -- Supplies,"" the Offeror shall so state and shall list the country of origin. The Government will award a contract resulting from this solicitation on a �Lowest Price Technically Acceptable (LPTA)� basis. Award will be made to the Offeror submitting the lowest price quote, based on all contract line items totaled, that meets the attached specifications and is determined responsible by the Contracting Officer. At a minimum, quotations shall include the following: (a) Price per pound of virgin R-134a for each separate line item deliverable (b) Overall Total Price for each separeat line item deliverable (c) Delivery F.O.B. Destination to NASA Langley Research Center (Located on Langley Air Force Base adjacent to the Center) (d) Lead time (date that occurs on or after August 1, 2024) (e) Quotations shall remain valid for 30 days unless otherwise expressly stated in the quotation All Offerors shall complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (NOV 2023) is applicable. Addenda to FAR 52.212-4 are as follows: 52.211-5, *52.211-16, 52.223-3, 52.242-13. *See attachment C for clause by full text with additional fill-in information. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (MAY 2024) is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.219-6, 52.219-33, 52.222-19, 52.222-50, 52.225-1, 52.226-8, 52.232-33. �NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf Additional NFS and Center specific clauses and provisions are added by attachment. This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments. All contractual and technical questions must be submitted electronically via email to Michael Devine at michael.p.devine@nasa.gov no later than Monday 12 AUG 2024 at 12:00pm (noon) EST. Telephone questions will not be accepted. Official answers to questions will be posted to the solicitation at Sam.gov. Responses to this combined synopsis/solicitation must be received via email to Michael Devine at michael.p.devine@nasa.gov no later than 5:00 pm EST on Friday 16 AUG 2024. Interested vendors MUST include the solicitation number in the subject line of their emailed quote in order to be considered for award. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic quotation by the due date and time specified for this RFQ shall result in the quotation being considered late, and shall be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8074dd24187e4c0aaed14f8dd8a2e728/view)
 
Place of Performance
Address: Hampton, VA 23681, USA
Zip Code: 23681
Country: USA
 
Record
SN07163148-F 20240810/240808230126 (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 |
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.