Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2025 SAM #8467
SOLICITATION NOTICE

95 -- Blanket Purchase Agreement (BPA) - Metallic Materials

Notice Date
1/30/2025 8:54:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331314 — Secondary Smelting and Alloying of Aluminum
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
80LARC25AQ001
 
Response Due
2/12/2025 1:30:00 PM
 
Archive Date
02/13/2025
 
Point of Contact
Michael Devine
 
E-Mail Address
michael.p.devine@nasa.gov
(michael.p.devine@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
UPDATE NO. 01 This notice constitutes UPDATE NO. 01 to the combined synopsis/solicitation for BPA Metallic Materials 80LARC25AQ001. The purpose of this update is to post answers to Offeror questions. Accordinlgy Attachment C has been added. The due date for receipt of Offers is not extended. Companies shall provide the information stated in the synopsis/solicitation. (End of Update No. 01) 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 to establish a multiple award Blanket Purchase Agreement (BPA) under solicitation number 80LARC25AQ001 to provide Metallic Materials for the NASA Langley Research Center (LaRC) Manufacturing Applications Branch in support of various ongoing research and development programs. The Contractor shall provide a variety of metal materials including, but not limited to, sheet, plate, and bar of aluminum alloys, carbon steels, copper alloys, nickel alloys, and stainless steels. Please refer to Attachment A, Exhibit 1 � �Vendor Supplies Declaration� for a complete listing of all supplies required under the BPA. Individual call orders for materials will be issued throughout the term of the BPA. This solicitation is not a call order. Contractor responses to this solicitation do not commit the Government to pay any costs incurred in the preparation of an offer or to contract for supplies or services. The following dates and times represent firm deadlines under this solicitation: (a) 29 JAN 2025 at 4:30pm EST � Deadline for offeror questions (b) 12 FEB 2025 at 4:30pm EST � Deadline for submission of offers The provisions and clauses herein are those in effect through FAC 2025-02. This acquisition is a 100% total small business set-aside. The NAICS Code and Size Standard are 331314 and 750 employees respectively. The Contractor shall state their size status for inclusion in the BPA. Notice to SBA qualified Nonmanufacturers and Wholesale Suppliers: This is a Nonmanufacturer Rule (NMR) Qualifying NAICS under FAR 19.505(c). No SBA waivers apply to this solicitation waving the NMR. Accordingly, BPA Contractors are required to provide end products from manufacturers certified as small business concerns under the NAICS. Information regarding the NMR can be found at URL: https://www.sba.gov/partners/contracting-officials/small-business-procurement/nonmanufacturer-rule All responsible sources may submit an offer which shall be considered by the agency. Offers to supply the item(s) described above must include: (1) Attachment A, page 1, blocks 17a, 30a, 30b, and 30c completed/signed by an authorized company representative. (2) Attachment A, Exhibit 1 completed for all items that the Contractor is capable of providing. (3) Contractors shall send line cards. (4) Contractors shall submit all company quality certifications: ISO 9001, NAD-CAP, etc. (5) Contractors shall submit adequate past performance information for similar or same products delivered to at least three previous contracts held with Government Agencies or Private Industry. Information must include a verified name, email, address, phone number, and facsimile number for each reference. The following clauses and provisions are incorporated; 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 (SEP 2023) which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: Solicitation Provision 52.204-7. All Offerors shall complete electronic annual representations and certifications at SAM.gov with its offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause 52.225-1 entitled ""Buy American Act -- Supplies,"" the Offeror shall so state and shall list the country of origin. 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 (see FAR 2.101, Best Value), with consideration given to the following factors: (a) Ability to quickly supply the requested supplies (in stock vs acquiring) (b) Ability to supply high demand supplies (tier 1 vs tier 2) (c) Ability to supply majority of requested supplies in each of the four categories (d) Ability to accept credit cards payments (e) Past performance. The Government will evaluate quotes based on demonstrated recent experience, and on-time delivery. The Government reserves the right to obtain past performance information from other sources and to utilize this information in the evaluation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (NOV 2023) is applicable. Addenda to FAR 52.212-4 are as follows: Solicitation Provisions 52.204-29, Clauses 52.211-17, 52.245-1 with Alt I. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (MAY 2024) is applicable and the following identified clauses are incorporated by reference: 52.203-6 with Alt. I, 52.204-10, 52.219-6, 52.219-8, 52.219-28, 52.219-33, 52.222-19, 52.222-40, 52.222-50, 52.225-1, 52.226-8, 52.232-33, 52.232-36. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf Additional NFS and Center specific clauses and solicitation provisions are added by attachment. 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. All contractual and technical questions must be submitted electronically via email to Michael Devine at michael.p.devine@nasa.gov no later than Wednesday 29 JAN 2025 at 4:30pm EST. Telephone questions will not be accepted. Official answers to questions will be posted to the solicitation at Sam.gov. Responses to this combined synopsis/solicitation must be received via email to Michael Devine at michael.p.devine@nasa.gov no later than 4:30pm EST on Tuesday 12 FEB 2025. Interested vendors MUST include the solicitation number in the subject line of their emailed quote in order to be considered for award. 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 offer by the due date and time specified for this solicitation shall result in the offer being considered late, and shall be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39aa11be5fed41acb64ab95c9c75ff42/view)
 
Place of Performance
Address: Hampton, VA 23681, USA
Zip Code: 23681
Country: USA
 
Record
SN07328547-F 20250201/250130230114 (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 |
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.