Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
SOLICITATION NOTICE

J -- Rigging Services

Notice Date
9/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NNG16597486Q
 
Archive Date
3/31/2017
 
Point of Contact
Dorothy S Baskin, Phone: 3012863462, Tracie Rustin, Phone: 301-286-5257
 
E-Mail Address
dorothy.s.baskin@nasa.gov, tracie.m.rustin@nasa.gov
(dorothy.s.baskin@nasa.gov, tracie.m.rustin@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is being issued as a Request for Quotations [RFQ] for Rigging Services [the Statement of Work (SOW) can be obtained by clicking on the link in this solicitation]. 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. All contractual and technical questions must be in writing by e-mail to dorothy.s.baskin@nasa.gov not later than Monday, September 12, 2016. Telephone questions will not be accepted. GENERAL INFORMATION/INSTRUCTIONS TO OFFERORS The provisions and clauses in the RFQ are those in effect through FAC 2005-89. This procurement is a Total Small Business Set-Aside. The NAICS Code and the small business size standard for this procurement are 238290 and revenue of $15.0. 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. Contractor shall start and complete project within from February 1, 2017 through March 31, 2017 after contract is awarded. "The FOB point shall be Destination. Quotes submitted on a basis other than FOB destination will be rejected as nonresponsive." Offers for the items(s) described above are due by Thursday, September 22nd, 2016 to dorothy.s.baskin@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.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference herein by reference with the same effect as if it were given in full text.[End of provision] 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. Offerors must include completed copies of the provision at 52.212-3 (MAR 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/pub_library/Omb.html. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). EVALUATION (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Contractor must be prepared, within 2 weeks notice, to carry out details of the unloading handling and reloading with no delays or work stoppages. 2. Contractor personnel must have experience handling high intensity radio-active sources, of lethal intensities, in 6,000 lb containers and 12,000 lb housings. 3. Contractor personnel must be able to work in the confined shielded Irradiator Room, also containing lethal intensities of radio-active source material. 4. Contractor must pick up, maneuver, handle, transport the 6,000 lb and 12,000 lb containers and housing on wheeled devices. 5. Contractor must have equipment and experience to be able to rotate the heavy containers, while suspended and set them down, aligned to within.005", on various, heavy lead and steel structures, without subjecting the structures to twisting or compression loads and or damage the structure such that the alignment of the delicate tubes inside is disturbed. TERMS AND CONDITIONS OF ORDER Contract Terms and Conditions-Commercial can be obtained by clicking on the link in this solicitation. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c8d1a11dd87f7a49e3c613a535ca10e0)
 
Place of Performance
Address: NASA GSFC, 8800 Greenbelt Road, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN04264015-W 20160910/160909000318-c8d1a11dd87f7a49e3c613a535ca10e0 (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.