Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

23 -- 10K GALLON CAPACITY AIRCRAFT REFUELER

Notice Date
6/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND10341868Q
 
Response Due
6/29/2010
 
Archive Date
6/18/2011
 
Point of Contact
Robbin M Kessler, Contract Specialist, Phone 661-276-3761, Fax 661-276-2904, Email robbin.m.kessler@nasa.gov - Rochelle Butler, Contracting Officer, Phone 661-276-2072, Fax 661-276-2904, Email rochelle.butler@nasa.gov
 
E-Mail Address
Robbin M Kessler
(robbin.m.kessler@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
National Aeronautics and Space Administration, Dryden Flight Research Center has arequirement for one 10,000 Gallon Capacity Aircraft Refueler.Line Item 1New GARSITE 10,000 gallon (38,000 Liter) jet refueler, Model 10M-800-SCFL, BRAND NAME OREQUAL.Minimum salient characteristics required to be considered EQUAL:Pump Capacity: 800 gallons per minute (GPM) capacity pumping system; De-fuelingcapability; High-Lift Platform: Front-mounted, high-lift, fueling platform w/ dual deck hoses (777 &A380); Truck Specifications: Diesel Engine, Automatic TransmissionDelivery: 120 days after receive order (ARO)Line Item 2 Filter/Separator System for Pre-Blended Fuel with FSII feature Line Item 3 Air Conditioning feature Line Item 4On-site training from Contractor to demonstrate how to operate and perform routinemaintenance on truckThe specifications are linked above or may be accessed athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=.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, which is issued as a Request for Quotation (RFQ); quotes are beingrequested and a written solicitation will not be issued. Offerors are required to usethe On-Line RFQ system to submit their quote. The On-line RFQ system is linked above orit may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. Theinformation required by FAR Subpart 12.6 is included in the on-line RFQ.This acquisition is 100% Small-Business Set-Aside. The NAICS code for this solicitationis 336120 and the Small Business Size Standard is 1000 employees.The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.I. PRICING - Pricing is requested on an F.O.B. Destination basis. Shipping costs shallbe included in the unit price of the item.II. DELIVERY SCHEDULE - The delivery schedule shall be as follows:Delivery shall be F.O.B. Destination to Palmdale, CA 93550. Deliver no later than 120days after receipt of order.III. INSPECTION AND ACCEPTANCE - Shall be at destination. IV. EVALUATIONPursuant to FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), the Government willaward a contract resulting from this solicitation to the responsible Offeror whose offerconforming to the solicitation will be most advantageous and provides the Best OverallValue to the Government, price and other factors considered. The following factors shallbe used to evaluate offers. 1) Technical Capability Contractor must demonstrate the quoted item(s) meets thesalient characteristics required by the Government.2) Delivery Schedule Contractor must demonstrate the capability to meet the quoteddelivery date.3) PriceDelivery Schedule and Technical Capability, when combined, are significantly moreimportant than price. Although price is not the controlling factor in award of acontract under this solicitation, it in important factor and should not be ignored. Thedegree of its importance will increase with the degree of the equality of the proposal interms of the other evaluation factors on which selection is based. If competing proposalsare substantially equal in delivery schedule and technical capability, price may be thedetermining factor in award. Award shall be made without discussions unless the Contracting Officer determinesdiscussions are necessary. The Offeror's proposal shall contain a brief statement todemonstrate the capability to meet each evaluation criteria. Only those proposalsprepared in accordance with the solicitation will be evaluated. Government reserves theright to make award for individual line items. Any Offerors found technicallyunacceptable will not be considered for award.V. CLAUSES AND PROVISIONSThe following FAR provisions and clauses apply to this solicitation. Offerors may obtainfull text versions of these provisions and clauses electronically at www.arnet.gov<http://www.arnet.gov>. FAR 52.212-1, Instructions to Offerors-Commercial Items(June 2008); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3; OfferorRepresentations and Certifications-Commercial Items (Aug 2009) with Alternate I; FAR52.204-7 Central Contractor Registration (Apr 2008); FAR 52.212-4, Contract Terms andConditions-Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms & ConditionsRequired to Implement Statutes or Executive Orders-Commercial Items (Apr 2010). Thefollowing clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6 Notice of TotalSmall Business Set-Aside (June 2003); FAR 52.219-8 Utilization of Small Business Concerns(May 2004); FAR 52.219-28 with Alternate I, Post Award Small Business ProgramRepresentation (Apr 2009)(15 U.S.C. 632 (a) (2)); FAR 52.222-3, Convict Labor (Jun2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies(Aug 2009)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999);FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-35 Equal Opportunityfor Special Disabled Veterans, Veterans of the Vietname Era, and Other Eligible Veterans(Sep 2006), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun1998)(29 U.S.C. 793); FAR 52.222-37 Employment Reports on Special Disabled Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); FAR 52.222-50Combating Trafficking in Persons (Feb 2009); FAR 52.225-1 Buy American Act - Supplies(Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33,Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C.3332); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR52.252-2 Clauses Incorporated by Reference (Feb 1998). The following NASA FAR provisions and clauses apply: 1852.215-84 Ombudsman; 1852.219-76 NASA 8 Percent GoalVI. All responsible sources may submit a quotation, which if timely received, shall beconsidered by the Agency. Companies must have valid DUNS numbers and be registered withCentral Contractor Registration (CCR) and shall provide the company Tax InformationNumber (TIN) with their offer.Questions regarding this acquisition must be submitted in writing torochelle.butler@nasa.gov no later than June 22, 2010 at 10 a.m. Pacific Time. It is theOfferors responsibility to monitor this site for the release of amendments, if any. Potential Offerors will be responsible for downloading their own copy of this notice, theon-line RFQ and amendments, if any. Offers are due no later than June 29, 2010 at 10:00 a.m. Pacific Time.Quote must besubmitted electronically to rochelle.butler@nasa.gov.An ombudsman has been appointed - See NASA Specific Note 'B'.Any referenced notes may be viewed at the following URLs link below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND10341868Q/listing.html)
 
Record
SN02181459-W 20100620/100618234242-b4a274003c9f0038c27267ea2d639e11 (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.