Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

J -- REFURBISHMENT AND REPAIR OF THE NASA BARGE PEARL RIVER

Notice Date
5/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM08230320Q
 
Response Due
6/16/2008
 
Archive Date
5/29/2009
 
Point of Contact
Anna C Stovall, Contract Specialist, Phone 256-544-0741, Fax 256-544-9162, - Ketela K. Helton, Contracting Officer, Phone 256-544-7179, Fax 256-544-9162
 
E-Mail Address
Anna.C.Stovall@nasa.gov, ketela.white@msfc.nasa.gov
 
Small Business Set-Aside
N/A
 
Description
*********Send all information including quotes and technical questions to Anna C.Stovall at anna.c.stovall@nasa.gov or via fax 256-544-9162****** This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation, which is issued as a Request for Quotation (RFQ); quotes are beingrequested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for the refurbishment andrepair of the NASA Barge Pearl River, currently located at Stennis Space Center (SSC),Mississippi near New Orleans, Louisana. The refurbishment and repair of this vessel willallow for the transportation on inland waterways of Ares 1 Upper Stages (US) and US testhardware between the Michoud Assembly Facility (MAF) and SSC, where the stages and testhardware will be evaluated for development and flight.The Statement of Work (SOW) and specifications are attached.This is a full and open competition solicitation.The NAICS Code for this solicitation is 336611.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.Delivery of Government Furnished Property:A. The NASA barge Pearl River will be delivered to the Contractor's facility by theGovernment, and upon the satisfactory completion of all work, removed by the Governmentwithin 24 hours after vessel acceptance documents have been signed. All towage to andfrom the Contractor's facility will be at the Government's risk and expense. Thedelivery date of the vessel to the successful Contractor's facility will be within 5working days after effective date of contract.B.The NASA barge Pearl River will be delivered to the Contractor's facility by theContractor, and upon the satisfactory completion of all work, removed by the Contractorto the Michoud Assembly Facility(MAF) on a Government workday before 2:00p.m. local timewithin 24 hours after vessel acceptance documents have been signed. All towage to andfrom the Contractor's facility will be at the Contractor's risk and expense. The DPAS rating for this procurement is DO-C9.Offers for the item(s) described above and in the attachments are due by 4:00p.m. CST,June 16, 2008 to Anna C. Stovall at anna.c.stovall@nasa.gov; FAX: 256-544-9162, and mustinclude solicitation number, FOB destination to Michoud Assembly Facility (MAF), proposeddelivery schedule, discount/payment terms, warrant explanation and duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative.Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act--Supplies, "the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (Feb 2008), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Feb 2008), Contract Terms and Conditions Required To Implement Statues orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-7, 52.203-6, 52-219-8, 52-219-28, 52.222-3, -19, -21,-26, -35, -36, -37, -39, -50, 52.225-3, -13, 52.232-33, 52.247-34.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 All contractual and technical questions must be in writing (e-mail or fax) to Anna C.Stovall at anna.c.stovall@nasa.gov no later than 2:00p.m. CST on June 12, 2008.Telephone questions will not be accepted.Selection and award will be based on technical capability, price and past performance.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement.1852.215-84 Ombudsman (OCT 2003)(a) An ombudsman has been appointed to hear andfacilitate the resolution of concerns from offerors, potential offerors, and contractorsduring the pre-award and post-award phases of this acquisition. When requested, theombudsman will maintain strict confidentiality as to the source of the concern. Theexistence of the ombudsman is not to diminish the authority of the contracting officer,the Source Evaluation Board, or the selection official. Further, the ombudsman does notparticipate in the evaluation of proposals, the source selection process, or theadjudication of formal contract disputes. Therefore, before consulting with anombudsman, interested parties must first address their concerns, issues, disagreements,and/or recommendations to the contracting officer for resolution. (b) If resolutioncannot be made by the contracting officer, interested parties may contact theinstallation ombudsman. Robin N. Henderson, George C. Marshall Space Flight Center256-961-1919 (office), 256-544-8369 (fax)robin.n.henderson@nasa.gov. Concerns, issues,disagreements, and recommendations which cannot be resolved at the installation may bereferred to the NASA ombudsman or the Director of the Contract Management Division, at202-358-0445, facsimile 202-358-3083, e-mail, james.a.balinskas@nasa.gov. Please do notcontact the ombudsman to request copies of the solicitation, verify offer due date, orclarify technical requirements. Such inquires shall be directed to the contractingofficer or as specified elsewhere in this document.It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any): http://prod.nais.gov/cgi-bin/eps/bizops.cgi?gr=62. Potential offerors will be responsible for downloading their own copy of thiscombination synopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs link below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5ed8809add99ea3c0c54dc83c3be347e&tab=core&_cview=1)
 
Record
SN01582889-W 20080531/080529221658-6a34eda8b1e462af4d798dc6574347b9 (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.