Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2013 FBO #4180
SOLICITATION NOTICE

66 -- SUPPLY AND DELIVERY OF 2-EA LIQUID OXYGEN TURBINE FLOW METERS TO SSC

Notice Date
5/3/2013
 
Notice Type
Presolicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA Office of Procurement, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS13471642R
 
Response Due
5/22/2013
 
Archive Date
5/3/2014
 
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
Total Small Business
 
Description
The National Aeronautics and Space Administration (NASA) John C. Stennis Space Center (SSC) Office of Procurement (OP) is issuing this announcement as a Combination Synopsis/Solicitation Request for Proposal (RFP) for the following items to be delivered to the John C. Stennis Space Center, Mississippi (SSC). The work to be performed under this requirement is the supply and delivery of 2-each Liquid Oxygen (LOX) Turbine Flow Meters in accordance with (IAW) the A1 Test Stand LOX Run Line Flow Meter Specification and the RFP Terms and Conditions. Offerors are advised that the specification includes highly stringent cleaning standards (RPTSTD-8070-0001, Level 750A), which is attached to this announcement as solicitation (RFP) Attachment 1a. The total estimated period of performance or lead-time for delivery for this project is a desired delivery schedule of eighteen (18) weeks after receipt of order (ARO) and a required delivery schedule of not to exceed twenty-two (22) weeks ARO.FOB is destination. This notice is a combination synopsis/solicitation for competitive proposals, as supplemented with additional information included within and/or attached to this notice. This announcement and its attachments constitute the only solicitation, which is issued as a Request for Proposal (RFP). This RFP is issued under Commercial Simplified Acquisition Procedures (SAP) in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13 and any resulting award will be made in the form of a Firm Fixed Price (FFP) Contract. It is anticipated that only one award will be made for this requirement. The NAICS Code and Size Standard are 334513 -- Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables and 500 Employees respectively. This acquisition is issued as a 100% Set-Aside for Small Business. All responsible small business sources may submit a proposal, which shall be considered by this agency. All questions regarding this acquisition shall be submitted in accordance with the solicitation provision Addenda to FAR 52.212-1, Instructions Regarding Submission of Offer not later than the date specified in the RFP for receipt of questions. The evaluation factors for this procurement include Technical Quality, Delivery Schedule, Past Performance, and Price. The Government reserves the exclusive right to award to other than the low offeror on this 'Best Value' procurement. Proposals shall be submitted and received at SSC not later than the offer due date specified on page 1 block 8 of the RFP SF1449 in accordance with the solicitation provision Addenda to FAR 52.212-1, Instructions Regarding Submission of Offer included in the RFP. RFP No. NNS13471642R 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 and at the Federal Business Opportunities (FedBizOpps) website @ https://www.fbo.gov. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-66. Interested firms unable to access the attachment(s) may contact the Point of Contact (POC) identified below for assistance. *** It is the responsibility of the potential offerors to monitor these sites for the release of any information pertaining to this notice and for downloading their own copy of the RFP and associated attachments, and any RFP amendments (if issued). *** 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. 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). An Ombudsman has been appointed; see NASA-Specific Note 'B'. Also, see NASA-Specific Note 'A' regarding Commercial Items. Any referenced notes may be viewed at the URL(s) linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS13471642R/listing.html)
 
Record
SN03052220-W 20130505/130503234334-218937e9d00e326fd25547e4d3b90812 (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.