SOLICITATION NOTICE
66 -- Elemental Analyzer-Isotope Ratio Mass Spectrometer (EA-IRMS)
- Notice Date
- 5/9/2022 12:35:35 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
- ZIP Code
- 32899
- Solicitation Number
- 80KSC022Q0006
- Response Due
- 5/16/2022 9:00:00 AM
- Archive Date
- 05/31/2022
- Point of Contact
- Anthony Islas
- E-Mail Address
-
anthony.islas@nasa.gov
(anthony.islas@nasa.gov)
- 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) under solicitation number 80KSC022Q0006 for one (1) Elemental Analyzer Isotope Ratio Mass Spectrometer (EA-IRMS); includes operating software, warranty, and incidental training and installation services. The provisions and clauses in the RFQ are those in effect through FAC 2022-06 The NAICS Code and Size Standard are 334516 Analytical Laboratory Instrument Manufacturing and size standard of 1500, respectively. The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Kennedy Space Center, FL 32899 is required within three (3) months after receipt of order. Delivery shall be free on board (FOB) Destination. Offers for the items and services described above are due by 1200 pm Eastern on 16 May 2022 to Anthony Islas, Contracting Officer at anthony.islas@nasa.gov. RFQ response shall include, the solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are required to use the Standard Form 1449 attached to this notice. The following clauses and provisions are incorporated; the full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (Nov 2021). FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014). Basis for Award 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, past performance, and other factors considered. The following factors shall be used to evaluate quotes: Price: Price shall be evaluated in accordance with 13.106-3(2);� Past Performance: The apparent successful, prospective contractor shall have satisfactory or neutral past performance. Past Performance shall be evaluated in accordance with FAR 13.106-2 and may be based on one or more of the following: (a) contracting officer�s knowledge of and previous experience with the supply or service being acquired; (b) Customer surveys, and past performance questionnaire replies; (c) The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or (d) Any other reasonable basis. Other Factors: Contractor�s quoted supplies or services shall, at a minimum, meet the performance requirements outlined in the solicitation. In accordance with FAR 13.106-2(b)(3), the government will conduct a comparative evaluation of quotations based on price and other non-price factors. The Government will first eliminate unacceptable quotations; the remaining quotations will be arranged from the lowest price to the highest price. The award will be made to the offeror�s quote who is determined to have both a fair & reasonable price and to be the most advantageous to the Government. A written notice of award or acceptance of an offer furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt unless a written notice of withdrawal is received before award. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021) or submit completed electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) are applicable. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Sep 2021), is applicable. See provisions and clauses in the SF1449 attached to this notice. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential 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 submitted electronically via email to Anthony Islas, Contracting Officer at anthony.islas@nasa.gov no later than 1200 pm Eastern, on 13 May 2022. Responses to this combined synopsis/solicitation must be received via email to Anthony Islas, Contracting Officer at anthony.islas@nasa.gov no later than 1200 pm Eastern on 16 May 2022. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.212-1 Instruction to Offerors � Commercial Items (Nov 2021).�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81fd31ceb8654e3fb52b4d50ba57c4d9/view)
- Place of Performance
- Address: Orlando, FL 32899, USA
- Zip Code: 32899
- Country: USA
- Zip Code: 32899
- Record
- SN06321519-F 20220511/220509230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |