|
COMMERCE BUSINESS DAILY ISSUE OF JULY 3,1997 PSA#1880NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 D -- PAGER LEASE AND SERVICE SOL 070607 DUE 072897 POC Heidi D. Shaw,
Contract Specialist, Phone (216) 433-5346, Fax (216) 433-2480, Email
Heidi.D.Shaw@lerc.nasa.gov WEB: Click here for the latest information
about this notice,
http://procurement.nasa.gov/EPS/LeRC/date.html#070607. E-MAIL: Heidi D.
Shaw, Heidi.D.Shaw@lerc.nasa.gov. !!NOTE: THE CLOSING DATE FOR THIS
SOLICITATION HAS BEEN EXTENDED TO 4:30PM, LOCAL TIME, MONDAY, JULY 28,
1997.!! (ALL OTHER INFORMATION REMAINS UNCHANGED) 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 Offers (RFO) for Pager lease and service in accordance
with NFS 1871.401-3 Competitive negotiated procurement not using
qualitative criteria, and NFS 1871.401-6 Commercial Items. This
procurement is being conducted under the NASA MidRange Pilot Test
Program approved by the Office of Federal Procurement Policy. (See FAR
1871) The provisions and clauses in the RFO are those in effect
through FAC 90-46. The SIC code and the small business size standard
for this procurement are 4812, 1500 employees respectively. The offeror
shall state in their offer their size status for this procurement. All
responsible business sources may submit an offer which shall be
considered by the agency. Delivery to Ordering Center is required
within 24 hours after order placement.(See statement of work) Delivery
shall be FOB Destination. The DPAS rating for this procurement is
DO-C9. For a list of the required items, evaluation/pricing model and
specific contract terms please go to:
http://www.lerc.nasa.gov/WWW/Procure/rfo/statement.htm Offers for the
items(s) described above may be mailed or faxed to the identified point
of contact and include, solicitation number, FOB destination to
ordering 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://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
offer. Offerors shall provide the information required by FAR 52.212-1.
Addenda to FAR 52.212-1 are as follows: Federal Acquisition Regulation
Provisions: 52.215-14 Explanation to prospective Offerors (APR
1984)52.215-18 Facsimile Proposal (DEC 1989)(FAX No.:
(216)433-5489)52.233-2 Service of Protest (AUG 1996) (Heidi D. Shaw,
NASA Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135),
NASA FAR Supplement Provisions: 1852.215-75 Expenses Related to Offeror
Submissions (DEC 1988) 1852.219-73 Small Business and Small
Disadvantaged Business Subcontracting Plan (DEC 1988) (Submit within 7
calendar days after Contracting Officer request) Award will be made to
that responsible offeror, 1)whose offer meets all requirements in the
statement of work, 2)whose proposed price is determined to be the
lowest overall cost to the Government, and 3)whose past performance
record is satisfactory. To determine past performance record, please
provide three references of recent (past 2 years) similar sales with
your offer. Preference is for NASA or other Government Agency
references first, then private industry reference. Offerors must
include completed copies of the provisions at FAR 52.212-3, Offeror
Representations and Certifications commercial Items (JAN 1997) and LeRC
52.232-107, Debt collection Improvement Act of 1996-Certification (AUG
1996) with their offer. These representations and certifications will
be incorporated by reference into the resultant contract. Further,
offerors must identify the city and state where the item is
manufactured or where the work is performed. The clause at FAR
52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1997),
applies to this acquisition. Further, the following clauses are
incorporated by reference as addenda to FAR 52.212-4: 52.204-4
Printing/Copying Double-Sided on Recycled Paper (JUN 1996) 52.219-16
Liquidated Damages -- Subcontracting Plan (OCT 1995) 52.247-34 F.O.B.
Destination (NOV 1991) 1852.216-78 Firm Fixed Price (DEC 1988) ($ TO BE
NEGOTIATED) 1852.219-75 Small Business and Small Disadvantaged business
Subcontracting Reporting (OCT 1995) 1852.219-76 NASA Small
Disadvantaged Business Goal (JUL 1991) Additional addenda to FAR
52.212-4 are found at html listed above. The clause at FAR 52.212-5,
Contract Terms and Conditions Required To Implement Statues OR
Executive Orders -- Commercial Items (AUG 1996), applies to this
acquisition. Further, the following clauses which are cited in FAR
52.212-5 apply to this acquisition: 52.203-6, Restriction on
Subcontractor Sales to the Government, with Alternate I. 52.203-10,
Price or Fee Adjustment for Illegal or Improper Activity 52.219-8,
Utilization of Small Business Concerns and Small Disadvantaged Business
Concerns 52.219-9, Small, Small Disadvantaged and Women-Owned Small
Business Subcontracting Plan, 52.222-26, Equal Opportunity 52.222-35,
Affirmative Action for special Disabled and Vietnam Era
Veterans52.222-36, Affirmative Action for Handicapped Workers
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era 52.225-3, Buy American Act -- Supplies 52.225-9, Buy
American Act -- Trade Agreements Act -- Balance of Payments Program The
Representations and Certifications required by FAR 52.2l2-3 (which may
be obtained via the internet at URL:
ftp://msfcinfo.msfc.nasa.gov/pub/reps_certs/midrange/) shall be
required from the successful offeror(s) prior to award. Offers are due
to the Contracting Officer specified above by 4:30 pm, local time, by
close of business on July 28,1997. The address to which offers are to
be sent is as follows: NASA-DESK Attn: Heidi D. Shaw Bldg. 500, Room
3111 21000 Brookpark Road Cleveland, OH 44135 It is the offeror's
responsibility to monitor this site for the release of amendments (if
any). Potential offerors will be responsible for downloading their own
copy of this combination synopsis/solicitation and amendments (if
any). Hard copies may be obtained from the identified point of contact;
however, the closing date is as stated in this combination
synopsis/solicitation, inclusive of any amendments. An Ombudsman has
been appointed to hear concerns from offerors, potential offerors and
contractors during the preaward and postaward phases of this
acquisition. HOWEVER, BEFORE CONSULTING WITH ANY OMBUDSMAN, parties
should first address their concerns, issues, disagreements and/or
recommendations to the contracting officer specified above for
resolution. If resolution cannot be made by the contracting officer,
concerned parties may call the installation ombudsman, Dr. Julian
Earls, at (216)433-3014. Concerns and issues which cannot be resolved
at the installation may be referred to the NASA ombudsman, Tom Luedtke,
at (202) 358-2090. PLEASE DO NOT CONTACT THE OMBUDSMAN TO REQUEST
COPIES OF THE SOLICITATION, VERIFY OFFER DUE DATE, CLARIFY TECHNICAL
REQUIREMENTS, ETC. Requests of this nature should be made either to the
contracting officer or as specified elsewhere in this document. (0182) Loren Data Corp. http://www.ld.com (SYN# 0024 19970703\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|