SOLICITATION NOTICE
J -- CHEMICAL CLEANING OF ONE 250000 GALLON STAINLESS STEEL LIQUID HYDROGEN TANK
- Notice Date
- 1/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM10325301Q
- Response Due
- 3/12/2010
- Archive Date
- 1/21/2011
- Point of Contact
- Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062, Email betty.c.kilpatrick@nasa.gov
- E-Mail Address
-
Betty C. Kilpatrick
(betty.c.kilpatrick@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ********* CONTACT JANET APPLETON (DFI) ONLY FOR ANY QUESTIONS REGARDING THISSOLICITATION. CONTACT INFORMATION IS IN THE BODY OF THIS NOTICE************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 Request for Quotations (RFQ) for the chemically cleaningof (1) one 250,000 gallon stainless steel liquid hydrogen (LH2) tank and associatedsupply piping located in the West Test Area at Building 4672 LH2 storage area at MarshallSpace Flight Center (MSFC). Statement of Work, Associated Drawings, Marshall's CleaningSpecification 164B, and Marshall's Safety, Health, and Environmental Document areattached.This procurement is a total small business set-aside. 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.Service's shall take place on-site at Marshall Space Flight Center, Alabama. An on-sitevisit to view the tank in order to better understand MSFC requirements will be held on2/09/2010 at 9:00 a.m. Any interested parties shall submit the following information to Janet Appleton(DFI) at janet.l.appleton@nasa.gov by 2/4/2010 12:00 p.m. in order to gain entrance ontothe center.1. The visitors full name2. Drivers license number and state issued3. Name of company being representativeVisitor's shall be American Citizens. Visits should be for official NASA business or inthe best interest of NASA. Visitor shall obtain a visitor badge at the Joint Visitor Control Center (JVCC) locatedon Rideout Road, north of Gate 9. The JVCC hours of operation are 6 a.m. 5 p.m. weekdays. Visitor shall carry all required identification and vehicle information into the JVCC,i.e., drivers license, proof of insurance, vehicle registration, and/or rentalagreement. Visitor will drive to the adjacent vehicle inspection area where security guards willinspect for prohibited items. After inspection, visitor will proceed to Gate 9 and enterthe installation through the far right lane. Maps are provided at the JVCC fordirections to the West Test Area building 4672. All vendors shall meet outside of theentrance gate to the test area by 9:00 a.m. on 2/09/2010 and will be escorted to the LN2storage tank area.After the on-site visit any contractual or technical questions must be in writing (e-mailor fax) to Janet Appleton (DFI) at janet.l.appleton@nasa.gov or faxed to (256) 544-6560no later than 2/18/2010 by 4:00 p.m. Telephone questions will not be accepted. Thisshall be a (1) one time question period, no other questions will be accepted after saiddate and time.All questions with associated answers shall be posted on or before 3/01/2010.Offers for the services described above are due by 3/12/2010 by 4:00 p.m. CST to JanetAppleton (DFI) at janet.l.appleton@nasa.gov or faxed to (256) 544-6560 and must include,solicitation number, proposed period of performance schedule, discount/payment terms,warranty duration (if applicable), identification of any special commercial terms, and besigned by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (DEC 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.252-2, 52.204-7,52.209-6,52.219-6, 52.219-28, 52.222-3,52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, 52.232-34,1852.215-84,1852.225-70, 1852.223-72, 1852.237-73,.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 Selection and award will be made to the lowest priced, technically acceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the servicesoffered meets the Government's requirement.An ombudsman has been appointed -- See NASA Specific Note "B".Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (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/GMSFC/POVA/NNM10325301Q/listing.html)
- Record
- SN02046471-W 20100123/100121234922-d881e90d935ae2e1734ae5a4bf3d5ed7 (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 |