SOURCES SOUGHT
46 -- DEIONIZED WATER SERVICE AND EQUIPMENT AND MATERIALS
- Notice Date
- 4/1/2014
- Notice Type
- Sources Sought
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ14ZBJ005L
- Response Due
- 4/11/2014
- Archive Date
- 4/1/2015
- Point of Contact
- Tasha M. Beasley, Contract Specialist, Phone 281-483-8501, Fax 281-483-9741, Email tasha.beasley@nasa.gov - Ester H. Lunnon, Contracting Officer, Phone 281-244-7532, Fax 281-483-9741, Email ester.h.lunnon@nasa.gov
- E-Mail Address
-
Tasha M. Beasley
(tasha.beasley@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/JSC is hereby soliciting information about potential sources for Deionized Water Service and Equipment and Materials. The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Deionized Water Services. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. NASA/JSC requirements include the following: Initially provide testing of the water source at various lab locations to determine the type and number of deionizer tanks and filters that are needed to provide the water quality that is necessary to meet the lab users water requirement up to a maximum of 18 megohm-cm, resistivity at 25 degrees Celsius. Provide deionized water utilizing industry standard equipment such as mixed bed deionizers, separate bed deionizers, service carbon filters, micron filters, granular activated carbon filters, and colloidal scavenger resins. Provide and install tanks, equipment, and materials that are designed to produce trouble-free and maintenance-free high purity water. Install in-line quality lights to alert the lab user immediately when the resin tanks need to be changed. Exchange tanks and filters at a minimum exchange rate of 4 months and making repairs of the Contractor supplied equipment in a timely manner. The North American Industry Classification System (NAICS) code for this procurement is 221310, Water Supply and Irrigation Systems, with a size standard of $25.5 Million per year. Estimated award date for this contract is October 1, 2014. Estimated award amount is $50,000 to $100,000 per year, for 5 years. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 5 pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: -Name and address of firm -Size of business -Average annual revenue for past 3 years and number of employees -Ownership: whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions -Number of years in business -Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime) -List of customers covering the past 5 years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: Doug Conover (douglas.j.conover@nasa.gov). Procurement related questions should be directed to: Tasha Beasley (tasha.beasley@nasa.gov). The requirements in this notice are considered to be commercial in nature. A commercial item is defined in FAR 2.101. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. NASA is seeking capabilities from all categories of Small Business (SB) for the purpose of determining the appropriate level of competition and/or SB subcontracting goals for this requirement. This synopsis is for information and planning purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Tasha Beasley, Contract Specialist at tasha.beasley@nasa.gov and/or Ester Lunnon, Contracting Officer at ester.h.lunnon@nasa.gov no later than April 11, 2014. Please reference NNJ14ZBJ005L in any response.Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ14ZBJ005L/listing.html)
- Record
- SN03325746-W 20140403/140401234827-61d60d61a6c3b1446758d76f2a908f87 (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 |