SOLICITATION NOTICE
53 -- NAS STANDARD FASTENERS
- Notice Date
- 7/24/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423710
— Hardware Merchant Wholesalers
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- NNL08FASTNRQ
- Response Due
- 7/28/2008
- Archive Date
- 7/24/2009
- Point of Contact
- Timothy P Cannella, Contracting Officer, Phone 757-864-5028, Fax 757-864-7709, - Roberta I Keeter, Contracting Officer, Phone 757-864-2521, Fax 757-864-6966
- E-Mail Address
-
Timothy.P.Cannella@nasa.gov, Roberta.I.Keeter@nasa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- NASA/LaRC has a requirement for the following National Aerospace Standards (NAS)fasteners: 60 each NAS1221R6E8; 35 each NAS2808-8 or alternative NAS7208-8; 25 eachNAS2808-17 or alternate NAS338CA16 or NAS5319E8-17 or NAS5319E8P17 or NAS338PA16 orNAS588R17; 72 each NAS2808-20 or alternate NAS338CA17 or NAS5319E8-20 or NAS5319E8P20 orNAS338PA17 or NAS588R120. Each fastener shall delivered with the manufacturer registeredtrademark, traceability documentation of item identification and lot integrity, packagedin containers that are coded for identification of the lot to enable traceability ofcertification and test reports back to the heat of steel, packaged to ensure noco-mingling of lots. Public law 101-592 shall apply. Delivery to LaRC is required within2 weeks ARO. Delivery shall be FOB Destination. 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 only solicitation,which is issued as a Request for Quotation (RFQ); quotes are being requested and awritten solicitation will not be issued. Offerors are required to email or fax (email is preferred) the quote to the Timothy PCannella, Contracting Officer, E-mail Timothy.P.Cannella@nasa.gov; Fax: 757-864-7709 by4:30 p.m. local time on date of the submittal deadline. The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13. Questions regarding this acquisitionmust be submitted in writing (e-mail is preferred) no later than July 25, 2008. It is thequoters responsibility to monitor this site for the release of amendments (if any). The NAICS Code and Size Standard are 423710 and 100 respectively. This procurement is a total small business set-aside. See Note 1. All responsible sourcesmay submit an offer which shall be considered by the agency.An ombudsman has been appointed - See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs link below.The provisions and clauses in this RFQ are those in effect through FAC 05-26. Quotersshall provide the information required by FAR 52.212-1 below.INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (FAR 52.212-1) (JUNE 2008) is incorporatedherein by reference with the same force and effect as if it were given in full text, withthe exception of paragraphs D, F, and I. Paragraph (h) multiple awards applies. TheGovernment may accept any item or group of items of an offer, unless the offerorqualifies the offer by specific limitations. Unless otherwise provided in the Schedule,offers may not be submitted for quantities less than those specified. The Governmentreserves the right to make an award on any item for a quantity less than the quantityoffered, at the unit prices offered, unless the offeror specifies otherwise in the offer.NASA FAR Supplement (48 CFR Chapter 18) addenda to FAR 52.212-1 are indicated as followsand incorporated herein by reference with the same force and effect as if they were givenin full text: 52.214-35 Submission of Offers in the English Language (Apr 1991);Submission of Offers in U.S. Currency (Apr 1991); 52.225-2 Buy Amercan Act Balance ofPayments Program Certificate (Feb 2000).The Government may consider a late quotation or modifications to a quotation receivedafter the date indicated for receipt of quotations but before the Government has made anoffer, should such action be in the best interests of the Government.(End of Provision)ADDITIONAL INSTRUCTIONS - Costs of quote preparation. This RFQ is not an order. This is arequest for information, and quotations furnished are not offers. This RFQ does notcommit the Government to pay any costs incurred in the preparation of the submission ofthis quotation or to contract for supplies or services. If quoting on item(s) on a GSAcontract, in addition to entering the GSA contract number in the appropriate textbox, thequoter shall include all other pertinent GSA contract information, if available, and showall applicable discounts for each line item. Taxes - Quoted prices should includeapplicable Federal, State, and local taxes. If the end product(s) offered is other thana 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 offerorselected for award may be required to submit a completed copy of the provision at52.212-3 (JUNE 2008), Offeror Representations and Certifications - Commercial Items, whenrequested by the contracting officer. The provision may be obtained via the internet atURL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.TECHNICAL SUBMITTAL: THE OFFEROR SHALL PROVIDE THE FOLLOWING WITH THE SUBMISSION: (1)Delivery Schedule; (2) Statement indicating conformance with the NASA standard fastenersnoted and the submittal and packing requirements; (3) Warranty information includinglength of warranty and standard commercial warranty terms. And (4) Past Performance Complete the table at Attachment 2 on RFQS for three (3) references for relevantfasteners not earlier than three years from the date of the Request for Quote.Include averified name, address, phone number, and facsimile number for each reference.EVALUATION: Selection and award will be made to that responsible and technicallyacceptable offeror whose offer will be most advantageous to the Government (See FAR2.101, Best Value), with consideration given to the factors of technical merit, price,and past performance. Technical Merit includes but is not limited to compliance with thetechnical standards, documentation, packaging requirements and warranty. In addition, asthe items support urgent NASA requirements, delivery will be a key discriminator underTechnical Merit. Offers must provide all of the information requested in the AdditionalInstructions. As noted under 52.212-1, NASA reserves the right to make multiple awardsin accordance with paragraph (h) of the clause. Accuracy and Adequacy of Information:The offeror is responsible for ensuring that the information required is accurate andcomplete. The government may determine the offeror to be non-responsive if theinformation provided is inaccurate or incomplete to allow the Government to conduct apast performance or technical evaluation. The Government reserves the right toincorporate terms the offeror proposes that enhances the Governments minimum requirementsand is determined to represent the Best Value.The Government intends to award withoutdiscussions, but reserves the right to enter into discussions should the determination bemade that doing so would bein the best interest of the Government.ADDITIONAL SOLICITATION INFORMATION FAR CLAUSE 52.204-7, CENTRAL CONTRACTORREGISTRATION (APR 2008) is incorporated by reference.FAR 52.212-4, CONTRACT TERMS AND CONDITIONS- COMMERCIAL ITEMS (FEB 2007) is applicable. Addenda to FAR 52.212-4 - the following clauses are incorporated by reference into thesolicitation: 52.209-6 Protecting the Government's Interest When Subcontracting with ContractorsDebarred, Suspended, or Proposed for Debarment. (SEP 2006); 52.219-28 Post-Award SmallBusiness Program Rerepresentation. (JUN 2007); 52.247-34 F.o.b. Destination. (NOV 1991);52.252-2 Clauses Incorporated by Reference. (FEB 1998); NASA FAR Supplement (NFS) clauses:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm (End of clause)1852.215-84 Ombudsman. (OCT 2003) fill in : Cynthia C. Lee, direct inquiries to Ms.Panice H. Clark, Procurement Deputy Director, NASA Langley Research Center, Mail Stop134, Hampton VA 23681-2199; Phone (757)864-2522, facsimile (757)864-8541; e-mailpanice.h.clark@nasa.gov.1852.223-72 Safety and Health (Short Form). (APR 2002); 1852.225-70 Export Licenses. (FEB 2000) Special Clause 1, AS9100 Terms and Conditions: The contractor shall provide notificationto the Government of any nonconforming supplies prior to the delivery of the supplies inaccordance with the terms of this contract. The Government has the right either toreject or to require correction of nonconforming supplies. Supplies are nonconformingwhen they are defective in material or workmanship or are otherwise not in conformitywith contract requirements. The Government may reject nonconforming supplies with orwithout disposition instructions. The contractor shall provide notification to theGovernment prior to making any changes in its supplies and/or process definitions asspecified in the Statement of Work/Specifications for this contract. If such changesresult in a nonconforming supply that is a deliverable under this contract, therequirements of paragraph 1, above, shall apply. The Contractor shall prepare recordsevidencing all inspections made to the deliverables under this contract and the outcomeof such inspections. Documentation created or received by all suppliers/contractors inthe process of performing work for NASA are considered official NASA records and shall beaccounted for, maintained, safeguarded, preserved and disposed of in accordance with NPR1441.1. Long-term and permanent records (defined in NPR 1441.1) are turned over to NASAfor appropriate archival/storage at the end of the contract. Corporate records of acontractors intracompany operations are considered as private business and are exemptfrom this requirement. The Government, including any applicable customers to the specificprogram or project related to work being performed under this agreement, and otherregulatory authorities (e.g. FAA), have the right to inspect and test all supplies calledfor by the contract, to the extent practicable, at all places and times, including theperiod of manufacture, and in any event before acceptance. The Government will performinspections and tests in a manner that will not unduly delay the work. The Governmentassumes no contractual obligation to perform any inspection and test for the benefit ofthe Contractor unless specifically set forth elsewhere in this contract. The Governmentmay perform inspection or test on the premises of the Contractor or a subcontractor. TheContractor shall furnish, and shall require subcontractors to furnish, at no increase incontract price, all reasonable facilities and assistance for the safe and convenientperformance of these duties. Except as otherwise provided in the contract, the Governmentshall bear the expense of Government inspections or tests made at other than theContractors or subcontractors premises; provided, that in case of rejection, theGovernment shall not be liable for any reduction in the value of inspection or testsamples. The contractor shall include the applicable requirements as contained in theStatement of Work/Specifications and the requirements of this clause in all subcontracts.FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS-COMMERCIAL ITEMS (JUNE 2008) is applicable and the following identified clausesare incorporated by reference: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law forBreach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); 52.219-6, Notice of TotalSmall Business Set-Aside (JUN 2003) (15 U.S.C. 644); 52.219-28, Post Award Small BusinessProgram Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (JUN2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies(FEB 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999);52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-36, Affirmative Action forWorkers with Disabilities (JUN 1998) (29 U.S.C. 793); 52.222-50, Combating Trafficking inPersons (AUG 2007) (Applies to all contracts); 52.225-1, Buy American Act - Supplies (JUN2003) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign AssetsControl of the Department of the Treasury); 52.232-34, Payment by Electronic FundsTransfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332); (Endof Clause)
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81f2a1e8f783567ffb7a54a7fc210db3&tab=core&_cview=1)
- Record
- SN01622683-W 20080726/080724223952-81f2a1e8f783567ffb7a54a7fc210db3 (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 |