SOLICITATION NOTICE
36 -- AIR SPARGE AND SOIL VAPOR EXTRACTION SYSTEM
- Notice Date
- 2/2/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA06180132Q-ANB
- Response Due
- 3/1/2007
- Archive Date
- 2/2/2008
- Small Business Set-Aside
- N/A
- 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 by NASA Ames Research Center as a Request for Quotations (RFQ) for one Air Sparge (AS) and Soil Vapor Extraction(SVE) System to remediate volatile organic compounds in groundwater migrating onto the NASA Ames Research Center property. The specific requirements for this RFQ are attached as: (1) Specs - Air Sparge/Soil Vapor Extraction System Equipment (Attach 1) and, (2) Dwgs - Air Sparge/Soil Vapor Extraction Equipment (Attach 2). The specifications and drawings are linked above or may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin= . ] Offerors shall address and verify compliance with each of the AS/SVE system requirements and describe in detail how their proposed equipment meets the listed requirements. Pricing: The total price for the basic equipment must include: (1) cost of transportation, and (2) acceptance testing. The provisions and clauses in the RFQ are those in effect through FAC 05-15. The NAICS Code and the small business size standard for this procurement are 333999 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. The DPAS rating for this procurement is DO-C9. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center, is required within 120 days After Receipt of Order (ARO). Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail or fax) to Charles W. Ady, Contracting Officer, not later than February 16, 2007. Telephone questions will not be accepted. Offers for the equipment described above are due by 10:00 AM Pacific Time, March 1, 2007 to Charles W. Ady, via any of the following: mailed to NASA Ames Research Center, M/S 213-13, Building 213, Room 101, Moffett Field, CA 94035-1000, Attn: Charles W. Ady, or e-mailed to: Charlie.Ady@nasa.gov, or faxed to: 650-604-2593. Offers must include: (a) solicitation number, (b) FOB Destination to this NASA center, (c) delivery date, (d) discount/payment terms, (e) warranty duration (if applicable), (f) taxpayer identification number (TIN), (g) identification of any special commercial terms, and (h) be signed by an authorized company representative. The quotation must include a list of customers who have purchased similar systems (with complete customer contact information). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.204-9 (Nov 2006), Personal Identity Verification of Contractor Personnel is applicable. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-34. The following NASA FAR supplement (NFS) clauses are applicable: NFS 1852.215-84 Ombudsman, (Insert: Lewis Braxton (650) 604-5068) October 2003; NFS 1852.223-72, Safety and Health (Short Form) April 2002; NFS 1852.237-73, Release of Sensitive Information (June 2005). Please confirm with the COTR that the contractor will not have physical access to ARC nor access to our information system. If they will, you need to include 52.204-9. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as (1) warranty (2) maximum delivery time and (3) deadline for delivery of the equipment shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). (1) Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://www.ccr.gov . (3) Offerors must submit a completed ACH form with their quotation, with their company?s banking information for the electronic funds transfer (EFT) of any future invoice payment. An ACH form is available at: http://www.fms.treas.gov/pdf/3881.pdf . (4) All successful offerors must file a 2006 VETS-100 Report with the US Department of Labor, http://vets.dol.gov/vets100/ An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#123460)
- Record
- SN01225173-W 20070204/070202221952 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |