SOLICITATION NOTICE
95 -- AERMET 100 STEEL PLATES
- Notice Date
- 5/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331491
— Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM10340735Q
- Response Due
- 6/8/2010
- Archive Date
- 5/20/2011
- 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 QUESTIONS OR QUOTES FOR THISSOLICITATION. CONTACT INFORMATION CAN BE FOUND 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 AerMet 100 steelplates. Listed are the requirements for this solicitation:1). AerMet 100 shall be melted and cast by Vacuum Induction Melt and Vacuum Arc Remelt (VIM+VAR) practice.2). AerMet 100 plates (forgings) shall meet the requirements of AMS 6532D3). NASA requires 1500 lbs of 7/8' thick plates. Multiple pieces are acceptable provided each piece has a minimum width and length of 32'. The maximum acceptable length per piece is 96'.4) All plates shall be shipped in normalized and overaged condition. The desired hardness is 372HB or less.5) Ship FOB Destination to MSFC, AlThis 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.Delivery to MSFC to be determined after review of all offers. Delivery shall be FOBDestination.Offers for the items(s)described above are due by 6/8/2010, 4:00 pm CST to Janet Appleton (DFI) at janet.L.appleton@nasa.gov or faxed to 256-544-6560and must include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), identification ofany special commercial terms, and be signed by an authorized company representative.Offers may be submitted on their companies standard form.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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2010), 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, 52.247-34, 52.232-90, 52.211-90,52.246-90, 52.212-3, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-36, 52.225-3 with alternate II, 52.225-13, 52.232-33, 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 All contractual and technical questions must be in writing (e-mail or fax) to JanetAppleton(DFI) at janet.L.appleton@nasa.gov or faxed to 256-544-6560 no later than5/28/2010 12:00 p.m.CST. Any questions received about this solicitation will be postedwith the answers as a modification to this notice on or before 6/2/2010 if necessary.Telephone questions will not be accepted.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 productoffered meets the Government's requirement.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 offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand 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/NNM10340735Q/listing.html)
- Record
- SN02155980-W 20100522/100520235712-778b71aa28cfe848927e8a6301393c1a (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 |