Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2013 FBO #4115
SOURCES SOUGHT

68 -- REQUEST FOR INFORMATION REGARDING PROCUREMENT OF HCFC-225G OR AK-25GCLEANING SOLVENT

Notice Date
2/27/2013
 
Notice Type
Sources Sought
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
NASA Office of Procurement, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS13ZDA004L
 
Response Due
3/13/2013
 
Archive Date
2/27/2014
 
Point of Contact
Carol Burnside, Contract Specialist, Phone 228-688-1638, Fax 228-688-1141, Email carol.a.burnside@nasa.gov - Gerald L Norris, Contracting Officer, Phone 228-688-1718, Fax 228-688-1141, Email gerald.l.norris@nasa.gov
 
E-Mail Address
Carol Burnside
(carol.a.burnside@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Request For Information (RFI) The National Aeronautics and Space Administration (NASA) John C. Stennis Space Center (SSC) Office of Procurement (OP) is seeking potential sources from all categories of Large and Small Businesses with the capabilities and experience to provide the requirement described herein. The purpose of this Request for Information (RFI) notice, therefore, is to conduct market research to determine potential sources, capabilities of Small Business firms, availability of product, lead time of delivery, alternative drum materials, packaging for shipment, and final delivery to SSC. SSC wishes to determine if there are Small Business (SB), Small Disadvantaged Business (SDB), Certified 8(a) Small Business, HUBZone Small Business (HUBZone), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or (HBCU), firms with the capabilities and experience to meet the Governments requirement, and the appropriate level of competition and/or Small Business subcontracting goals if applicable. The NAICS Code and Size Standard for this requirement are 325199 and 1,000 Employees, respectively. The work to be performed under this requirement is the supply and delivery of 55 Gallon Drums of HCFC-225G (AK-25G) Cleaning Solvent to the John C. Stennis Space Center, Mississippi. The solvent will be required to be in compliance with the attached Specification 54000-GM11. Interested firms unable to access the attachment may contact the Point of Contact (POC) identified below for assistance. The estimated quantity to be ordered will be approximately 80 to 90 drums total, which may be ordered in quantities of up to 70 per order. FOB will be destination. The Government estimates the total period of performance for this project will be from contract award through July 31, 2014 and desires feedback regarding this schedule. SSC is particularly interested in industries input regarding the following questions: 1.Can the product be delivered in stainless steel drums vs lined drums? 2.If stainless steel drums can be used, what is the cost difference? 3.What is the lead time for delivery of the product from placing order to arrival at SSC? 4.How does the quantity of drums ordered impact delivery lead time? 5.Please identify the source/manufacturer of the solvent to include name and location. 6.Please provide comments on the specification, in particular any areas which would prevent your firm from meeting the Governments requirements. Should a decision be made to procure this requirement, SSC desires that the specification allow straightforward procurement practices without technical issues resulting in loss of time. 7.Suppliers questions regarding the requirements. The information gathered from this RFI will be used for market research analysis and to plan future procurements. Based upon information submitted in response to this RFI, NASA will determine the final content of any future solicitation(s). Submissions will also be evaluated for the purpose of determining whether a future procurement may be conducted as a competitive set-aside or issued under full and open competition (unrestricted). The Government reserves the right to consider a Small, 8(a), SDV, or HUBZone small business set-aside based on responses hereto for this requirement. A determination by the Government not to procure this requirement, based upon responses to this notice or other market research, is solely within the discretion of the Government. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the initiators of this request make no commitment to include any particular recommendations. Respondents will NOT be notified of the results of the evaluation of submissions received. This synopsis should not be construed as a formal Request for Quotation (RFQ) or Proposal (RFP) (solicitation) but, rather a Request for Information (RFI) under the authority of FAR 15.201. Responses to this RFI are not offers and cannot be accepted by NASA to form a binding contract. This synopsis is not to be construed as a commitment by the Government to make a purchase, nor will the Government pay for the information solicited or be held liable for any information obtained. Those companies who wish to express an interest in this RFI are asked to submit a written Statement of Capability (SOC) that addresses high-level alternatives; general, market-based approaches; experience in this area; knowledge of the work involved; professional and manufacturing resources; and answers to the specific information requested above. Submission of any information in response to this RFI is completely voluntary. Responses should be based on the material contained in this announcement and any other relevant information the contractor thinks is appropriate. Comments or suggestions relevant to this requirement are welcome and may also be included in the response. Contractors are welcome to submit any additional documentation that may support their ability to comply with the Governments requirement. It is not sufficient to provide only general brochures or generic information, but should specifically address the requirements of the specification.Responses shall include the companys specific area of interest in this requirement as being either a potential prime contractor, subcontractor, or supplier. Please also state your business size in accordance to the above NAICS code. The SOC shall not include any proprietary or confidential business or financial information relating to specific companies. Any questions shall also be submitted via e-mail to the POC listed below, which may be used in the development of the requirements. The SOC shall be submitted and received at Stennis Space Center no later than March 13, 2013 at 3:00 pm local time (Central), via e-mail only to the POC identified below. Reference the RFI # NNS13ZDA004L in any response. Faxed or telephone correspondence will not be accepted. Point of Contact (POC): All prospective companies are to direct their written electronic correspondence to the attention of: Carol Thibodeau Burnside at carol.a.burnside@nasa.gov (cc: Gerald Norris at gerald.l.norris@nasa.gov). The government intends to issue a Request for Proposal (RFP) under Negotiated Commercial Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 15 and any resulting award will be made in the form of a Fixed Unit Price (FP) Blanket Purchase Agreement (BPA). It is anticipated that two BPA awards may be made for this requirement. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it and any related documents, will only be issued electronically. They may be accessed and downloaded at the NASA Acquisition Internet Service (NAIS) Business Opportunities website @ http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi or at the Federal Business Opportunities (FedBizOpps) website @ http://www.fbo.gov. It is the responsibility of the potential offerors to monitor these sites for the release of any additional information pertaining to this notice and download their own copy of any resulting solicitation and amendments (if any). Interested firms are advised to be registered via the Central Contractor Registry (CCR) and have a completed Online Representations and Certification Application (ORCA) via the System for Award Management (SAM) Gateway at https://www.sam.gov. An Ombudsman has been appointed. See NASA Specific Note 'B'. Any referenced notes may be viewed at the URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS13ZDA004L/listing.html)
 
Record
SN02997098-W 20130301/130227234341-21972b32210d5174461776b71bd60fd5 (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.