|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1999 PSA#2405NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 N -- BOILER INSTALLATION IN BLDG. M10 SOL RFQ2-36701JSB DUE 082699 POC
Jeff S. Brown, Purchasing Agent, Phone (650) 604-4696, Fax (650)
604-3020, Email jsbrown@mail.arc.nasa.gov -- Patricia B. Hudson,
Contracting Officer, Phone (650) 604-3001, Fax (650) 604-4646, Email
phudson@mail.arc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/ARC/date.html#RFQ2-36701JSB. E-MAIL: Jeff S.
Brown, jsbrown@mail.arc.nasa.gov. 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; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). The purpose of this
procurement is to install one (1) new government furnished boiler and
associated components in accordance with the Performance Work
Statement (PWS). A copy of the PWS and associated
specifications/drawings are available to interested parties upon
written request to Jeff S. Brown via e-mail; jsbrown@mail.arc.nasa.gov,
fax; (650) 604-4646, or by mail to; NASA-Ames Research Center, Code JAC
M/S 241-1, Moffett Field, CA 94035-1000. If you do not plan to attend
the "Mandatory" walk-through listed below, PLEASE do not request this
PWS and associated drawings. A MANDATORY "walk-through" of the job site
will be conducted at 09:00AM on August 12, 1999. Interested parties
will meet at Bldg. 19, Room 1021 and sign in. Visitors requiring badges
shall FAX or e-mail POC no later than COB 8/10/99 with the names of
employees (US Citizens) who will attend the walk-through. Wage
Determination No. 94-2061, Revision No. 10, dated 08/25/98 by the
Department of Labor applies to this RFQ. The provisions and clauses in
the RFQ are those in effect through FAC 97-12 This procurement is a
total small business set-aside. See Note 1. The SIC Code and the small
business size standard for this procurement are 7699 and $5.09m
respectively. Offerors shall state their size status in their quotation
for this procurement. All qualified responsible business sources may
submit a quotation, which shall be considered by the agency. Delivery
to Ames Research Center is required on or before September 30,1999.
Delivery shall be FOB Destination. The DPAS rating for this procurement
is DO-C3. Quotations for the items(s) described above may be mailed or
faxed to the identified point of contact and include, solicitation
number, FOB destination to this 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. Quoters
shall use the Standard Form 1449, Solicitation/Contract/Order for
Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation.
Quoters shall provide the information required by FAR 52.212-1. Addenda
to FAR 52.212-1 are as follows: Quoters shall provide the information
required by FAR 52.212-1. Addendum to FAR 52.212-1 is as follows:
Compliance with Veteran's Employment Reporting Requirements (February
1999). By submission of its offer, the offeror represents that, if it
is subject to the reporting requirements of 37 U.S.C. 4212(d)(i.e.,
VETS-100 report required by Federal Acquisition Regulation clause
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era), it has submitted the most recent report required by 37
U.S.C. 4212(d). If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained from the point of contact listed above. FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. 52.222-3, 52.233-3,52.203-6,
52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.222-41,
52.222-42,52.225-3, and 52.232-34. Addendum to FAR 52.212-5 is as
follows: ARC 52.232-93 Submission of Invoices-Fixed Price (Feb 1998).
Questions regarding this acquisition must be submitted in writing no
later than COB August 20, 1999. Quotations are due by August 26, 1999
at 4:00pm to the address specified above. Award willbe based upon
overall best value to the Government, with consideration given to the
factors of proposed technical merits, price and past performance; other
critical requirements (i.e., delivery) if so stated in the RFQ will
also be considered. Unless otherwise stated in the solicitation, for
selection purposes, technical, price and past performance are
essentially equal in importance. It is critical that offerors provide
adequate detail to allow evaluation of their offer (see FAR
52.212-1(b). Quoters must provide copies of the provision at 52.212-3,
Offeror Representation and Certifications -- Commercial Items with
their quote. See above for where to obtain copies of the form via the
Internet. An ombudsman has been appointed -- See Internet Note "B".
Prospective quoters shall notify this office of their intent to submit
a quotation. It is the quoter's responsibility to monitor this site
for the release of amendments (if any). Any referenced notes can be
viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Posted 08/05/99 (D-SN364177). (0217) Loren Data Corp. http://www.ld.com (SYN# 0081 19990809\N-0002.SOL)
N - Installation of Equipment Index Page
|
|