Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
MODIFICATION

66 -- Rebuild and Repair of Roughing Pumps

Notice Date
9/14/2016
 
Notice Type
Modification/Amendment
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NNG16557489Q
 
Archive Date
10/6/2016
 
Point of Contact
Kristal Kerr, Phone: 3012863723, Tracie Rustin, Phone: 301-286-5257
 
E-Mail Address
kristal.kerr@nasa.gov, tracie.m.rustin@nasa.gov
(kristal.kerr@nasa.gov, tracie.m.rustin@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 a Blanket Purchase Agreement (BPA) for rebuild and repair services for the following types of roughing pumps: Leybold D40, Leybold D40BCS, Leybold D30, Edwards EM 40, Alcatel 2033/2063, ACP28G, ACP40G, Triscroll 300, Triscroll 600, and other roughing pumps. The provisions and clauses in the RFQ are those in effect through FAC _2005_-_2089_. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333911 and 750 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. The period of performance shall be for 1 year. The services will be performed at the contractor facility, and the pumps will be shipped from NASA/GSFC to that facility and then shipped back to NASA/GSFC. Offers for the items(s) described above are due by 5:00pm eastern time on 09/01/2016 to Kristal Kerr at Kristal.kerr@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 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUN 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-6, 52.219-13, 52.219-28,52.222-3, 52.222-21, 52.222-36, 52.222-50, 52.228-18, 52.225-13, 52.232-33. 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 [ENTER ANY OTHER CONTRACT REQUIREMENTS OR TERMS AND CONDITIONS] All contractual and technical questions must be in writing via email to Kristal Kerr not later than 5:00pm eastern time on 09/21/2016. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. 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 (JULY 2016), 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. Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). It is the Offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7cce6ad09a6e803027477052d2be90ef)
 
Place of Performance
Address: The service(s) will be performed at the contactor facility and the pumps will be shipped from NASA/GSFC to that facility and then shipped back to NASA/GSFC., United States
 
Record
SN04272138-W 20160916/160914235814-7cce6ad09a6e803027477052d2be90ef (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.