SOLICITATION NOTICE
95 -- PLATES FOR INTERNATIONAL SPACE STATION SINGLE STOWAGE LOCKER
- Notice Date
- 12/29/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331313
— Alumina Refining and Primary Aluminum Production
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
- ZIP Code
- 00000
- Solicitation Number
- NNJ16573837Q
- Response Due
- 1/8/2016
- Archive Date
- 12/29/2016
- Point of Contact
- Miyoshi Thompson, Contracting Officer, Phone 281-244-1863, Fax 281-244-2370, Email miyoshi.thompson-1@nasa.gov
- E-Mail Address
-
Miyoshi Thompson
(miyoshi.thompson-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for plates that will be utilized as parts for the International Space Station (ISS) Single Stowage Locker. See attached list of specifications. The provisions and clauses in the RFQ are those in effect through FAC 2005-85. The NAICS Code and the small business size standard for this procurement are 331313 and 1000 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Cypress Woods High School, 13550 Woods-Spillane Blvd, Cypress, TX 77429, is required within 15 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 3:00pm CST on January 8, 2016 to Miyoshi Thompson, miyoshi.thompson-1@nasa.gov, 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, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (NOV 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-7, 52.204-10, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33 The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The following identified NFS clauses are applicable and are incorporated by reference: 1852.215-84, 1852.225-70, 1852.237-72, 1852.237-73 The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm The plates that will be utilized as parts for the ISS Single Stowage Locker are flight hardware. Therefore, the quality and purchase requirements are applicable as referenced in the attached, Quality Requirements. All contractual and technical questions must be in writing (e-mail or fax) to Miyoshi Thompson, miyoshi.thompson-1@nasa.gov, not later than January 6, 2015. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance (delete if past performance will not be considered)]. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3 (NOV 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ16573837Q/listing.html)
- Record
- SN03979456-W 20151231/151229234132-75c20ccb1b072811cbb7a13957fed054 (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 |