Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1999 PSA#2405

NASA/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