SOLICITATION NOTICE
Y -- CONSTRUCTION OF LABORATORY AREA
- Notice Date
- 5/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- RFQ5-28476-GFL
- Response Due
- 6/20/2003
- Archive Date
- 5/27/2004
- Point of Contact
- Joyce Tsugawa, Contract Specialist, Phone (301) 286-3227, Fax (301) 286-1773, Email Joyce.F.Tsugawa.1@gsfc.nasa.gov - Deanna E. Herschell, Contract Specialist, Phone (301) 286-6640, Fax (301) 286-1773, Email Deanna.E.Herschell@nasa.gov
- E-Mail Address
-
Email your questions to Joyce Tsugawa
(Joyce.F.Tsugawa.1@gsfc.nasa.gov)
- Description
- 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 the construction of a lab area in the clean-room of Building 21 at the Goddard Space Flight Center (GSFC), Greenbelt, MD. The requirement is for the concept of hanging curtains from ceiling grid, instead of a clean tent inside the existing clean-room. The current ceiling height is approximately 9'6". (SEE ATTACHED STATEMENT OF WORK AND DIAGRAMS). The provisions and clauses in the RFQ are those in effect through FAC 01-10 and PN 97-81. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 236210 and $28,500,000.00 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. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by June 20, 2003, 4:30 PM to Joyce.F.Tsugawa@nasa.gov (or by fax at 301-286-1773) 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/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, 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 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Apr 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (E.O. 13126) 52.225-1, Buy American Act - Balance of Payments Program - Supplies (41 U.S.C. 10a - 10d) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332) The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Joyce Tsugawa not later than June 6, 2003. 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. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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/eps/bizops.cgi?gr=C&pin=51 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#105631)
- Record
- SN00333021-W 20030529/030527213631 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |