Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

23 -- FORD F 450 OR EQUIVALENT MAKE MODEL

Notice Date
9/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM08265358Q
 
Response Due
10/6/2008
 
Archive Date
9/23/2009
 
Point of Contact
Marianne R. Campbell, Contract Specialist, Phone 256-544-6496, Fax 256-544-0236, - Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062, />
 
E-Mail Address
Marianne.R.Campbell@nasa.gov, betty.c.kilpatrick@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
************ONLY SEND CORRESPONDANCE TO BETSY ANDERSON/DFS ATelizabeth.s.anderson@nasa.gov OR VIA FAX AT 256-544-4401, FAX CORRESPONDACE IS ALLOWEDBUT NOT PREFERRED*******************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; offers are being requested and a written solicitation will not be issued.This notice is being issued as a full and open competition Request for Quote(RFQ).This MSFC requirement is for Communications Restoration and Recovery (CRR) - 2009 FordF-450, or equivalent make/model. The description and detailed specifications for this requirement are attached.The provisions and clauses in the RFQ are those in effect beginning June 2008.http://nais.nasa.gov/far/ The NAICS Code and the small business size standard for this procurement are 336211. The offeror shall state in their offer their size status for this procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA/MSFC, Central Receiving 4631, Saturn Road, MSFC, AL 35812. Please include an estimated lead time for delivery on the quote.Delivery shall be FOB Destination to MSFC.Offers for the items(s) described above are due by 10/06/08 at 12:00 P.M. to BetsyAnderson and must include, Central Contractors Registration Number (CCR), solicitationnumber, FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. 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 Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. 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.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:52.203-6,52.219-4,52.219-8,52.219-28,52.222-3,52.222-19,52.222-21,52.222-26,52.222-35,52.22236,52.222-37,52.222-39,52.222-50,52.225-13,52.232-33 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 contractual and technical questions must be in writing (e-mail or fax) to BetsyAnderson/DFS @ elizabeth.s.anderson@nasa.gov or 256-544-4401 no later than 09/30/08. FAXCORRESPONDACE IS ALLOWED BUT NOT PREFERRED. Telephone questions are not accepted.Selection and award will be made based on best value which includes the lowest priced,technically acceptable offeror. 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's requirement.Offerors are encouraged to include completed copies of the provision at 52.212-3 (June2008), Offeror Representations and Certifications-Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gove/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications are required and will be incorporated by reference inany resultant contract.An 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=62. Potential offerorswill 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=06d3a95a64597cca3a39ad4f3218c7ff&tab=core&_cview=1)
 
Record
SN01679511-W 20080925/080923221520-ac05a067113e527fe13ffdc656c692a4 (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.