Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2011 FBO #3504
SOLICITATION NOTICE

J -- UPGRADE AND MTS MODEL 808 LOAD FRAME

Notice Date
6/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11392949Q
 
Response Due
7/12/2011
 
Archive Date
6/27/2012
 
Point of Contact
Kathleen M Gerdes, Contact Specialist, Phone 216-433-6492, Fax 216-433-2480, Email Kathleen.M.Gerdes@nasa.gov - Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov
 
E-Mail Address
Kathleen M Gerdes
(Kathleen.M.Gerdes@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 the materials and laborfor upgrading an MTS Model 808 load frame with a 22 kip actuator platen assembly,including an actuator mounted hydraulic service manifold, and inclusion of the followinghardware: a high temperature extensometer and associated hardware. The vendor willintegrate the customer-supplied controller with a servovalve and transducers to create afully operating system, within the capability of the supplied controller. Componentalignment, limited calibration and installation services shall also be provided. Thequoted price should also include freight cost for shipping the load frame (lessactuator)to the vender as well as the cost for shipping the completed system back to NASAGlenn Research Center, Cleveland Ohio.The provisions and clauses in the RFQ are those in effect through FAC 2005-47.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 333999 and500 employees 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,Oh 44135 isrequired within 16 weeks after load frame is received at vendor's facility. Deliveryshall be FOB Destination.Offers for the items(s) described above are due by 4:00 PM EST July 12, 2011 to NASAGlenn Reseach Center, ATT; Kathleen Gerdes MS 60-1, 21000 Cleveland, Oh 44135 and mustinclude, 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, and be signed by an authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items 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. 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable.52.204-7 Central Contractor Registration (APR 2008), 52.247-34 F.O.B. Destination. (NOV1991), 1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form).(APR 2002), 1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of SensitiveInformation. (JUN 2005)FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-10 Reporting Executive Compensation and First-TierSubcontract Awards (JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6 Protectingthe governments interest when subcontracting with contractors debarred, suspended, orproposed for debarment (DEC 2010)(31 U.S.C.6101 note), 52.219-6 Notice of Total SmallBusiness Set-Aside (JUN 2003) (15 U.S.C. 644),52.219-28 Post Award Small Business ProgramRerepresentation (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003)(E.O. 11755), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JUL 2010)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 EqualOpportunity (MAR 2007)(E.O. 11246), 52.222-36 Affirmative Action for Workers withDisabilities (OCT 2010) (29 U.S.C. 793),52.222-50 Combating Trafficking in Persons (FEB2009) (22 U.S.C. 7104(g)), 52.223-18 Contractor policy to ban text messaging whiledriving(SEPT 2010)(E.O.13513), 52.225-1 Buy American Act - Supplies (FEB 2009) (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 theDepartment of the Treasury), 52.232-34 Payment by Electronic Funds Transfer - CentralContractor Registration (OCT 2003) (31 U.S.C. 3332),52.245-1 Government Property.(AUG2010),52.245-9 Use and Charges. (AUG 2010),1852.245-72 Liability for Government PropertyFurnished for Repair or Other Services. (Deviation) (SEP 2007), 1852.245-74Identification and Marking of Government Equipment. (DEVIATION) (SEP 2007) 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 Statement of Work to be upload to the posting. If you are unable to open the documentplease email me.All contractual and technical questions must be in writing (e-mail or fax) toKathleen.M.Gerdes(kathleen.m.gerdes@nasa.gov or fax 216-433-2480)not later than the closeof business July 6, 2011. 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. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand certifications will be incorporated by reference in any resultant contract.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).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11392949Q/listing.html)
 
Record
SN02483008-W 20110629/110627234622-5ff10004da0c89270328db8af32597e7 (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.