SOLICITATION NOTICE
V -- BPA for Import Custom House Broker Services - Package #1
- Notice Date
- 1/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488510
— Freight Transportation Arrangement
- Contracting Office
- NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
- ZIP Code
- 93523-0273
- Solicitation Number
- 80AFRC17Q0026
- Archive Date
- 5/1/2018
- Point of Contact
- Nydia E. Wilkinson, Phone: 6185813507, Rosalia Toberman, Phone: 6612763931
- E-Mail Address
-
nydia.e.wilkinson@nasa.gov, rosalia.toberman-1@nasa.gov
(nydia.e.wilkinson@nasa.gov, rosalia.toberman-1@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of work Services to quote RFQ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Description The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) located at Edwards, CA 93523, has a requirement for Import Custom House Broker services. The contractor shall provide licensed and bonded broker services to handle the import of various Government Equipment Property of NASA. AFRC Contractors through US Customs IAW Statement of work Attachment "A" titled: SOW. Solicitation Number: 80AFRC17Q0026; this solicitation is issued as a request for Quotes (RFQ) for NASA AFRC BPA for Import Custom House Broker Services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Current to: FAC 2005-96, Effective: 06 Nov 2017 This requirement is a 100% small business set-aside. NAICS code 488510 Small business size standard in millions of dollars: $15M, respectively. Item Description Quantity LI 1 CUSTOM CLEARANCE CHARGE 1ea LI 2 MESSENGER FEE 1ea LI 3 USA DOCUMENTATION FEE 1ea LI 4 SPECIAL COURIER SERVICE 1ea FOB Destination to the following address: NASA AFRC 2825 East Avenue P B703 Palmdale or NASA AFRC Bldg. 4876 Warehouse #6 Edwards, California 93524 Offerors shall provide the information required by FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017), which is incorporated by reference. Offers for the services described above are due by December 19, 2017 to Nydia E. Wilkinson, via email at nydia.e.wilkinson@nasa.gov and must include, solicitation number, FOB destination to the delivery addresses, 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. All responsible sources may submit an offer which shall be considered by the agency. Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). All contractual and technical questions must be in writing (e-mail) to Nydia E. Wilkinson not later than December 14, 2017. Telephone questions will not be accepted. Price: Offeror shall propose a total firm-fixed-price for each line item of the solicitation. 52.204-7 System for Award Management (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) Vendor's responsibility for monitoring FedBizOpps.gov for the release of any amendments to this RFQ. The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition with the follow addenda to the clause: Selection and award will be made the lowest priced, technically acceptable offeror. 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 products or services offered meets the minimum requirements specified in the attached Statement of Work and this solicitation. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017), with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), apply to this acquisition with the following addenda to the clause: 52.204-17 Ownership or Control of Offeror (Jul 2016) 52.204-20 Predecessor of Offeror (Jul 2016) 52.209-02 Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Or Transactions Relating to Iran - Representation and Certifications (Oct 2015) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Or Transactions Relating to Iran - Representation and Certifications (Oct 2015) 1852.223-72 Safety and Health (Short Form) (Jul 2016) 1852.237-73 Release of Sensitive Information (Jun 2005) 1852.215-84 Ombudsman (Nov 2011), Alternate I (Jun 2000) 1852.203-71 Requirements to Inform Employees of Whistleblower rights (Aug 2014) 1852.204-76 Security Requirements for Unclassified Information Technology Resources (Jan 2011) 1852.215-84 Ombudsman (Nov 2011) 1852.225-70 Export Licenses (Feb 2000) 1852.247-72 Advance Notice of Shipment (Oct 1988) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.209-10, 52.219-6, 52.204-10, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-3, Alternate I, 52.225-13, 52.232-33, 52.222-50, Alternate I.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/80AFRC17Q0026/listing.html)
- Place of Performance
- Address: Contractor Facility and the Port of Los Angeles in California., Los Angeles, California, 90733-0151, United States
- Zip Code: 90733-0151
- Zip Code: 90733-0151
- Record
- SN04794162-W 20180121/180119230649-d2619a78a244a5fab5f96618b8b5eedd (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 |