Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2009 FBO #2669
SOLICITATION NOTICE

J -- CALIBRATION AND REPAIRS OF STEAM BOILER CONTROLS

Notice Date
3/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG09276636R
 
Response Due
4/3/2009
 
Archive Date
3/16/2010
 
Point of Contact
Craig F Keish, Contract Specialist, Phone 301-286-6872, Fax 301-286-0247, - James M Debelius, Contracting Officer, Phone 301-286-5491, Fax 301-286-0247, />
 
E-Mail Address
Craig.F.Keish@nasa.gov, James.M.Debelius@nasa.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
NASA's GSFC has a requirement for calibration, maintenance, repair, and emergencyresponse for the Controls of the Boiler Plant equipment located at Goddard Space FlightCenter in Greenbelt, Maryland. The contractor shall provide services for calibration,maintenance and repairs of the Boiler Plant equipment, instrumentation, and controlsystems as listed in Attachment C and D of this notice. The contractor shall also providehardware and software maintenance for the boiler controls network and Human MachineInterface (HMI) equipment. For detailed information on this requirement please referenceAttachment B, "First Task Order."The contract proposed will be Firm Fixed Price Indefinite Delivery Indefinite Quantity(IDIQ) with an effective ordering period of 5 years. Offerors shall provide with their proposals:a. Annual inspection, calibration, and maintenance of equipment, as described in theFirst Task Order Section (a). Offeror shall provide labor categories and hourly rates for6 years in Attachment E under the Annual inspection" tab. b. Annual partial inspection, calibration and maintenance of landfill gas boilers, asdescribed in the First Task Order Section (a). Offeror shall provide labor categories andhourly rates for 6 years in Attachment E under the Partial inspection tab. c. Two annual visits for inspection and maintenance of operator workstations, Panelviewdevices, and control networks, as described in the Statement of Work under RequirementsSection III. Offerors shall provide labor categories and hourly rates for 6 years inAttachment E under the Operator Workstations tab. e. Offerors shall include references (including subcontracts) from previous work (minimumof 3) to support past performance in the following areas:-Prior experience tuning boilers burning multiple fuels, including alternate fuels, withfully metered combustion control.-Programming experience with programmable logic controllers for boiler control -- AllenBradley ControlLogix or equivalent.All responsible sources may submit an offer which shall be considered by the agency.Offers for the items(s) described above are due by by noon (12:00PM) Eastern StandardTime (EST) on April 3, 2009 to Craig Keish, NASA/Goddard Space Flight Center Mail Code:210.1, Greenbelt, MD 20771 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 There will be a walk-thru of the site on March 27, 2009 from 9:00am - 11:00am (EST).Please supply the Point of Contact below with the following information (Full Name,Company) no later than Monday, March 23, 2009 at noon EST to ensure access onto NASA'sGSFC. 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 only solicitation,which is issued as a Request for Proposal(RFP); proposals are being requested and awritten solicitation will not be issued. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 811219 and$7.0M respectively. The offeror shall state in their offer their size status for thisprocurement.INSTRUCTIONS:The provisions and clauses in this RFP are those in effect through FAC 05-30. Offerorsshall provide the information required by FAR 52.212-1 below.INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (FAR 52.212-1) (JAN 2006) is incorporatedherein by reference with the same force and effect as if it were given in full text. (Endof Provision)ADDITIONAL INSTRUCTIONS TO OFFERORS - RFPSAmendments to this RFP. It is the vendor's responsibility to monitor the NASA AcquisitionInternet Service (NAIS) Electronic Posting System (EPS) for the release of any amendmentsto this RFP.Costs of proposal preparation. This RFP does not commit the Government to pay any costsincurred in the preparation of the submission of this quotation or to contract forsupplies or services.Quoted prices should include applicable Federal, State, and local taxes.If the end product(s) offered is other than a domestic end product(s) as defined in theclause entitled "Buy American Act --Supplies," the offeror shall so state and shall listthe country of origin.The offeror selected for award must submit a completed copy of the provision at 52.212-3,Offeror Representations and Certifications - Commercial Items, when requested by thecontracting officer. The provision may be obtained 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. (End of provision)The offeror selected for award of a contract will be required to submit completedrepresentations and certifications in the format of FAR 52.212-3, Offeror Representationsand Certifications- Commercial Items, prior to award of a purchase order/contract. EVALUATION: Selection and award will be made to the lowest priced, technically acceptableofferor, with acceptable past performance. Technical acceptability will be determined byreview of information submitted by the offeror which must provide a description insufficient detail to show that the product offered meets the Government's requirement.The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.All contractual and technical questions must be in writing (e-mail or fax) to Craig F.Keish at Craig.F.Keish@nasa.gov not later than March 27, 2009. Telephone questions willnot be accepted.An ombudsman has been appointed - See NASA Specific Note "B".Prospective 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=51.Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).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.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=322c6e1a722e07525a2c497a916b246b&tab=core&_cview=1)
 
Record
SN01770072-W 20090318/090316215327-021e4d11b6804ab9c26b646c6a1dc7af (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.