SOLICITATION NOTICE
68 -- R134A REFRIGERATE
- Notice Date
- 8/28/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423740
— Refrigeration Equipment and Supplies Merchant Wholesalers
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC08263958Q
- Response Due
- 9/12/2008
- Archive Date
- 8/28/2009
- Point of Contact
- Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, - Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, />
- E-Mail Address
-
Dorothy.E.Viancourt@nasa.gov, Antoinette.M.Niebieszczanski@nasa.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- 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; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ)] for Tetrafluoroethane -R134A Refrigerate in 1000 pound cylinders, total of 8 cylinders and their deposit andshipping charges.The provisions and clauses in the RFQ are those in effect through FAC 2005-26.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 423740, 100respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, CLEVELAND OHIO 44135-3191,is required within 7 days ARO.Delivery shall be FOB Destination.Offers for the items(s) described above are due by 9/12/08 to De Viancourt / ChmeicalPurchasing fax# 216-433-2480 and must include, solicitation number, FOB destination tothis Center, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1 are as follows: 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 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows:FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference: see below.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 ADDENDUM TO 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS 52.219-28 Post-Award Small Business Program Rerepresentation. (JUN 2007) 52.223-3 Hazardous Material Identification and Material Safety Data. (JAN 1997) -Alternate I (JUL 1995) 52.247-32 F.o.b. Origin, Freight Prepaid. (FEB 2006) 1852.215-84 Ombudsman. (OCT 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the preaward and postawardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is notto diminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first addresstheir concerns, issues, disagreements, and/or recommendations to the contracting officerfor resolution. (b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman, Dr. Sunil DuttaSDB/HBCU Program Manager and Small Business Technical AdvisorPhone:216-433-8844FAX: 216-433-2946Email: Sunil.Dutta-1@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailjames.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of thesolicitation, verify offer due date, or clarify technical requirements. Such inquiriesshall be directed to the Contracting Officer or as specified elsewhere in this document.(End of clause)1852.223-72 Safety and Health (Short Form). (APR 2002) 1852.225-70 Export Licenses. (FEB 2000) 1852.247-73 Bills of Lading. (JUN 2002) 52.212-5 ATTACHMENT 52.212-5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items. (JUN 2008) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O.13126).52.222-21, Prohibition of Segregated Facilities (FEB 1999).52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all 52.225-1, Buy American Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d).52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations,and statutes administered by the Office of Foreign Assets Control of the Department ofthe Treasury).All contractual and technical questions must be in writing (e-mail or fax) to DeViancourt not later than 09/08/2008. Telephone questions will not be accepted.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.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: such as delivery schedule,rental or deposit on cylinders, material quality, ect. shall also be considered.Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed. see aboveProspective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f36ee013053e17502a5f5581b55eb0fa&tab=core&_cview=1)
- Record
- SN01654857-W 20080830/080828223808-f36ee013053e17502a5f5581b55eb0fa (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 |