Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

H -- SOLE SOURCE HYDROSTATIC TESTING RECERTIFICATION OF NASA 6000 PSI HELIUM TUBEBANK TRAILER GT108 VANDENBERG AIR FORCE BASE VAFB CA

Notice Date
3/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK09287831Q
 
Response Due
4/1/2009
 
Archive Date
3/27/2010
 
Point of Contact
Allen J. Miller, Contract Specialist, Phone 321-867-3308, Fax 321-867-4848, - Jacklyn L. Norman, Contract Officer, Phone 321-867-1500, Fax 321-867-4848, />
 
E-Mail Address
Allen.J.Miller@nasa.gov, jacklyn.l.norman@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 Sole Source Request for Quotation (RFQ) to UnitedParadyne Corporation (UPC) for:Hydrostatic testing recertification of NASA 6,000 PSI helium tube bank trailer (GT-108),Vandenberg, Air Force Base (VAFB) CA.Last item.1.UPC is under contract as the sole operator of the high pressure gas depot atVAFB. The Air Force will not allow access or allow other operators at the Air Forcecontrolled depot.2.UPC is one of a very limited national field of suppliers able to supply servicesthat satisfy NASA requirements. United Paradyne Corporation is the only supplier onVandenberg AFB qualified to conduct Re-certification of a high pressure tube banktrailer.3.UPC is the only contractor certified by the Air Force to off-load and load highpresser gas directly on site. The task of off-loading and refilling the tank is integralto the recertification and must be completed on site.The acquisition of any othercontractor's recertification off the base would entail unacceptable technical risk.The provisions and clauses in the RFQ are those in effect through FAC 2005-30This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541330, $4.5million respectively. 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.The recertification shall be completed at VAFB within 90 days ARO. Delivery shall be FOBDestination. Please indicate delivery date in your response. The DPAS rating for this procurement is DO-C9Offers for the items(s) described above are due by April 1, 2009, 2:00PM (EST) toNASA-KSC, Attn: Allen Miller, OP-LS, KSC, FL 32899 and must include, solicitation number,FOB destination to VAFB, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, 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 (OCT 2008), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (March 2009), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:(1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78)(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29U.S.C. 793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.232-34, Payment by Electronic Funds Transfer-Other than Central ContractorRegistration (May 1999) (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.htmSelection 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. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, 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 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=76.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=883d3848f73e764930f69d508fc62721&tab=core&_cview=1)
 
Record
SN01780315-W 20090329/090327220934-883d3848f73e764930f69d508fc62721 (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.