Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

A -- LIQUID METHANE ROADABLE DEWAR

Notice Date
7/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08ZCH038Q
 
Response Due
8/8/2008
 
Archive Date
7/3/2009
 
Point of Contact
Bruce N Rosenthal, Technical Monitor, Phone 216-433-5027, Fax 216-433-2480, - Ernest C. Mensurati, Contracting Officer, Phone 216-433-2727, Fax 216-433-2480
 
E-Mail Address
bruce.n.rosenthal@nasa.gov, Ernest.C.Mensurati@nasa.gov
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation, quotes are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a Liquid MethaneRoadable Dewar. The product to be provided is a portable vacuum-jacketed cryogenicstorage vessel with associated piping and controls. The vessel and piping shall beprovided mounted on a suitable truck chassis or trailer to provide over-the-roadtransportation and storage of high purity cryogenic liquid methane. The vessel andpiping mounted on a suitable structure shall comply with applicable ASME, ANSI and DOTregulations to provide safe, efficient transportation and storage of liquid methane. Fullspecifications are described in Attachment A of this solicitation. OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOTTHE ITEM MEETS THE DESCRIBED SPECIFICATIONS. Selection and award will be made to the lowest priced, technically acceptable offer, withacceptable past performance. Technical acceptability will be determined by review ofinformation submitted by the offeror which must provide a description in sufficientdetail to show that the product offered meets the Government requirements and fallswithin the deliverability criteria.Price:Ranking of offers will be done from lowest to highest total priced offer. Any offer maybe rejected regardless of price ranking based upon technical acceptability and or pastperformance as described below. Also, an offer may be rejected if it does not fallwithin the deliverable criteria.Technical acceptability:Review will be based upon the ability of the offeror to satisfy the requirements setforth in the attached Liquid Methane Roadable Dewar Procurement specifications. Thespecifications includes a section called Submittals. This section requires relevantdocumentation with regard to items such as data/analysis, design calculation, shopfabrication drawings, manufacturers catalog information, data construction procedures,reports, and code and material certifications.The ability of the offer to address thesubmittal specification will also be considered.Past performance:The offeror shall provide relevant past performance information with their quote whichshall include purchase order numbers of previous orders for similar products. Pleaseinclude the client's name, phone number, address and if available point of contact plus adescription of the product supplied to that client. The government will not beresponsible if a client is unresponsive. Such a situation may be considered a negativeclient response.Deliverability criteria:Delivery to the NASA Glenn Research Center (GRC) shall be on or before November 7, 2008.Offers are due by Friday, August 08, 2008, andmay be faxed, e-mailed or mailed to theNASA Glenn Research Center, Attn: Ernest C. Mensurati, 21000 Brookpark Road, Mail Stop500-309, Cleveland Ohio 44130, and must include solicitation number, FOB destination tothis Center, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), Government and Corporate Entity (CAGE)code, Representations and Certifications, identification of any special commercial terms,and be signed by an authorized company representative.Offerors are encouraged to usethe Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found atURL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml FEDERAL ACQUISITION REGULATIONS APPLICABLE:Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required to Implement Statutes orExecutive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small BusinessConcerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicatein its offer) (15 U.S.C. 657a).[ __ (4) Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C.644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C.644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2)and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2007) (15 U.S.C. 637(d)(4).__ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-8, Liquidated DamagesSubcontracting Plan (Jan 1999) (15 U.S.C637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small DisadvantagedBusiness Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive theadjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantagedStatus and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation ProgramIncentiveSubcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small BusinessSet-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15U.S.C. 632(a)(2)). _X_ (16) 52.223-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2007)(E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29U.S.C. 793). _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues orFees (Dec 2004) (E.O. 13201). __ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content forEPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.225-1, Buy American ActSupplies (June 2003) (41 U.S.C. 10a-10d). __(27)(i) 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act (Aug 2007)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78,108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (28) 52.225-5, Trade Agreements (Aug 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note). _X_ (29) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury). __ (30) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Aug 2006) (42 U.S.C.5150). __ (31) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Aug2006) (42 U.S.C. 5150 ). __ (32) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (33) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C 255(f), 10 U.S.C. 2307(f)). _X_ (34) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration(Oct 2003) (31 U.S.C. 3332). __ (35) 52.232-34, Payment by Electronic Funds TransferOther than Central ContractorRegistration (May 1999) (31 U.S.C. 3332 ). __ (36) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (37) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). _X_ (38)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb2006) (46 U.S.C. Appx. 1241(b)and 10 U.S.C. 2631). _X_ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicableto commercial services, that the Contracting Officer has indicated as being incorporatedin this contract by reference to implement provisions of law or Executive ordersapplicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, etseq.). __ (2) 52. 222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract ActPrice Adjustment(Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, etseq.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract ActPrice Adjustment(Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) (31 U.S.C. 5112(p)(1)).__ (6) 47.5 (Ocean Transportation by U.S. Flag Vessels)__ (7) 52.247-21, Contractor Liability for Personal Injury and/or Property Damage__ (8) 52.247-22, Contractor Liability for Loss and of and/or Damage to Freight otherthan Household Goods__ (9) 1852.223-73 Safety and Health Plan.Offers may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The 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 All technical and contractual questions must be submitted in writing (e-mail or FAX) tothe point of contacts listed below no later than Friday August 1, 2008. Telephonequestions WILL NOT be accepted.Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=63852f21eadfdb0290d1fd07b07dbd91&tab=core&_cview=1)
 
Record
SN01607108-W 20080705/080703215712-575d1523f30a48714a2c3d0812d0c737 (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 |
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.