SOLICITATION NOTICE
23 -- STORAGE CONTAINER
- Notice Date
- 8/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531130
— Lessors of Miniwarehouses and Self-Storage Units
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC09305502Q
- Response Due
- 8/19/2009
- Archive Date
- 8/4/2010
- Point of Contact
- Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov<br />
- E-Mail Address
-
Nancy M. Shumaker
(Nancy.M.Shumaker@nasa.gov)
- 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 4 each steel connex boxstorage containers. These storage containers must meet the following guidelines:Containers shall be constructed from a standard 20Lx8Hx8D storage container.Containers shall be modified to have 2 NEW non insulated 9x7 doors side by side evenlyspaced on the 20 ft side.Containers shall be new and/or only used once for storage.Container shall be painted white with rust resistant low gloss paint two coats inside andout.Container will have no indentifying manufactured labels upon delivery.The provisions and clauses in the RFQ are those in effect through FAC 2005-33 This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are531130/$23.5M respectively. The offeror shall state in their offer their size status forthis procurement.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 44135-3127is required within 4 weeks ARO. Delivery shall be FOB Destination.Offers for the items described above are due by COB August 19, 2009, to NASA/GlennResearch Center, Attn: Nancy Shumaker (MS: 500-306), 21000 Brookpark Road, Cleveland,Ohio 44135-3127 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, andbe signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end products offered are other than domestic end products as defined in the clauseentitled "Buy American Act -- Supplies," the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. 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:52.219-28, Post Award Small Business ProgramRerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2); 52.222-3, Convict Labor (JUN2003)(E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN2006) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999);52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-36, Affirmative Action forWorkers with Disabilities (JUN 1998)(29 U.S.C. 793); 52,225-1, Buy American Act-Supplies(JUN 2003)(41 U.S.C. 10a-10d); 52.232-34, Payment by Electronic Funds Transfer-Other thanCentral Contractor Registration (MAY 1999)(31 U.S.C. 3332).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 NancyShumaker not later than August 17, 2009. Telephone questions will not be accepted.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, shall alsobe considered. It is critical that offerors provide adequate detail to allow evaluationof their offer. (SEE FAR 52.212-1(b)).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 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=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09305502Q/listing.html)
- Record
- SN01898847-W 20090806/090805000436-a3e9453e9954a30bfc58335a35b393f1 (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 |