Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

68 -- LIQUID METHANE AND OXYGEN

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424690 — Other Chemical and Allied Products Merchant Wholesalers
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09304708Q
 
Response Due
8/21/2009
 
Archive Date
7/30/2010
 
Point of Contact
Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov - Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, Email Antoinette.M.Niebieszczanski@nasa.gov<br />
 
E-Mail Address
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
DescriptionThis 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;offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for liquid oxygen andliquid methane for Altitude Combustion Stand (ACS).Requirements for Liquid Oxygen Product Rev 7/14/09Liquid oxygen is required for the Propellant Condition System to be installed in theAltitude Combustion Stand. The liquid oxygen will be used as thruster propellant. Theintent is to provide a NASA owned 450l dewar. That supplier would then be responsiblefor pickup, refill and delivery of the dewar on an as need basis driven by the testschedule for that facility. Anticipated start date would not be until December timeframe.Specifications.1) Liquid oxygen must meet or exceed MIL-PRF-25508G Grade B or better2) Return delivery expected within 2 days of a request, with 24 hours advance notice onan empty pick up.3) 24 fills required of 450 liters each4) Filled return must be within 2 days of a 24 hours advance notice5) Delivery charge must be billed as a separate line itemRound trip freight for (1) 450 liter Oxygen dewarAny Haz Mat fees and any other fee that might be charged and be on invoice.Requirements for Liquid Methane Product Rev 7/14/2009Liquid Methane is required for the Propellant Condition System to be installed in theAltitude Combustion Stand. The liquid methane will be used as thruster propellant. Theintent is to provide two NASA owned 450 liters dewars.That supplier would then beresponsible for pickup, refilling and deliver the dewars on an as need basis driven bythe test schedule for that facility. Anticipated start date would not be until Decembertime frame.Specifications.1) Liquid Methane must meet or exceed MIL-PRF-32207 Grade B or better2) Return delivery expected within 3 days of a request, with 24 hours advance notice onan empty pick up.3) A single dewar will be filled to 360 liters per DOT regulations4) Two dewars will be filled at a time for a total of 720 liters5) A total of 12 fills is anticipated at 720 liters for at total of 8640 liters.6) Filled return must be within 3-4 days of a 24 hours advance notice.7) Delivery will be billed as a separate line item.Round trip freight for (1) 360 liter Oxygen dewarAny Haz Mat fees and any other fee that might be charged and be on invoice.The provisions and clauses in the RFQ are those in effect through FAC _2005_-35. The NAICS Code and the small business size standard for this procurement are 424960, 100respectively. The offeror shall state in their offer their size status for thisprocurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA GLENN RESEARCH CENTER, 21000 BROOK PARK RD., CLEVELAND OH 44135-3191 is required within 3-4 days of set date TBD in Purchase Order. Delivery shall be FOBDestination (unless otherwise negotiated. The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by August 21, 2009 to Chemical Purchasing(De Viancourt) and must 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, andbe signed by an authorized company representative. Offerors are encouraged to use theStandard 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. Addenda to FAR52.212-1.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.Addenda to FAR 52.212-4 FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 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 A. The following information is provided relative to this order:1. The contractor must submit a Material Safety Data Sheet (MSDS) for every hazardous material being shipped to NASA Glenn Research Center.2. All shipping documents and exterior shipping containers relating to chemicals or hazardous materials shall be marked as follows: CAUTION HAZARDOUS MATERIALS, DO NOT OPEN. Upon receipt, call Chemical Storage/ Barrel Storage (Joe Sepich, 216-433- 8752)A. The following information is provided relative to this order:1.The Government technical contact for this order is: TOM JETT (PETER PACHOHOFER)The technical contact may be reached at: 216-433-8039.2.This order is a rated order under DPAS (15 CFR 700). The Rating is DO-A7 if therequirement is for electronic and/or communications equipment.The Rating is DO-C9 forall other requirements. 3.If this order is for items and/or services that are directly related to spaceflight hardware and/or related ground support equipment, the following requirementsapply:a.Prior to making any changes to the product and/or process description(s) for therequired items and/or services, the Contractor must submit a written request to theContracting Officer and receive written approval before proceeding with the changes. b.All quality records (e.g. technical progress reports, process certifications,test results, etc.) created or received by the Contractor in the performance of thisorder shall be maintained and safeguarded by the Contractor until provided to theGovernment as specified elsewhere in this order, or, if not specified elsewhere, at theconclusion of this order. c.The Contractor shall include the applicable requirements of the Statement ofWork/Specification, and the requirements of this paragraph (3) in all subcontracts. 4.The Government requires all vendors receiving awards to be registered in ORCA. The web site for this registration is: https://orca.bpn.gov/5.Submit invoices to:NASA Shared Services Center (NSSC)Financial Management Division (FMD) Accounts PayableBldg. 1111, C. RoadStennis Space Center, MS 39529Email:NSSC-AccountsPayable@nasa.gov Fax: 866-209-54156.Tax Identification Number (TIN) must be provided with the invoice for payment.7.FOR BILLING INFORMATION, CONTACT THE NSSC at 1-877-677-212352.223-3 Hazardous Material Identification and Material Safety Data. (JAN 1997) -Alternate I (JUL 1995) 1852.223-72 Safety and Health (Short Form). (APR 2002) 1852.225-70 Export Licenses. (FEB 2000) 1852.247-73 Bills of Lading. (JUN 2002) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items. (JUN 2009) X(19) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).X(20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O.13126).X(21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).X(22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246)X(24) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C.793).X(31) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d).X(34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury). X(40) 52.232-34, Payment by Electronic Funds Transfer - Other than Central ContractorRegistration (MAY 1999) (31 U.S.C. 3332).All contractual and technical questions must be in writing (e-mail or fax) to DeViancourt not later than Aug 12,2009. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: Such as Delivery, Maintenance, pick up time,over all shipping cost and material specification listed above, shallalso be considered. It is critical that offerors provide adequate detail to allowevaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. An ombudsman has been appointed 1852.215-84 Ombudsman. (OCT 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the preaward and postawardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is notto diminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first addresstheir concerns, issues, disagreements, and/or recommendations to the contracting officerfor resolution. (b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman, Kirk D. SeablomGRC Orion Project Planning and Control LeadPhone:216-433-5593FAX: 216-433-8000Email: Kirk.D.Seablom@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailjames.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of thesolicitation, verify offer due date, or clarify technical requirements. Such inquiriesshall be directed to the Contracting Officer or as specified elsewhere in this document.(End of clause)Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09304708Q/listing.html)
 
Record
SN01894044-W 20090801/090731001359-63cd7b2e40bd370581f38c3b8241ef40 (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.