Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2016 FBO #5451
SOLICITATION NOTICE

95 -- Aluminum Material for International Space Station (ISS) Single Stowage Lockers Fabrication - Parts Quality and Specifications Attachment 1

Notice Date
10/24/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331315 — Aluminum Sheet, Plate, and Foil Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BG, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ17605874Q
 
Point of Contact
Sean M Myerly, Phone: 2817928198, Jennifer Krause, Phone: 2814838269
 
E-Mail Address
sean.m.myerly@nasa.gov, jennifer.krause-1@nasa.gov
(sean.m.myerly@nasa.gov, jennifer.krause-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Quality and Specifications Required 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 Aluminum Material for International Space Station (ISS) Single Stowage Locker Fabrication per Attachment 1, Quality and Purchase Requirements. The aluminum must come from the same lot number, The provisions and clauses in the RFQ are those in effect through FAC 2005-85. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 331315 and 1,250 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. Specification requirements and delivery to the 4 high schools must be in accordance with what is listed in Attachment 1, and is required by November 30, 2016. Delivery shall be FOB Destination. Offers for the items(s) described above are due by November 1, 2016 to Sean M. Myerly, sean.m.myerly@nasa.gov, and must include, solicitation number, FOB destination to the high schools, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, material lot numbers, the attached JF342, Supplier Information Survey, 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://www.gsa.gov/portal/forms/download/115922 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 (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: 52.204-7, 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.html 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/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Sean M. Myerly not later than October 26, 2016. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. 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. 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/046df23343a1d0af75e597213f25cdca)
 
Record
SN04310955-W 20161026/161024234024-046df23343a1d0af75e597213f25cdca (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.