SOLICITATION NOTICE
66 -- AIR FLOW HEATER
- Notice Date
- 6/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11391909Q
- Response Due
- 6/27/2011
- Archive Date
- 6/15/2012
- Point of Contact
- Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov - Kathleen M Gerdes, Contact Specialist, Phone 216-433-6492, Fax 216-433-2480, Email Kathleen.M.Gerdes@nasa.gov
- E-Mail Address
-
Bernadette J. Kan
(Bernadette.J.Kan@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 One (1) each ElectricAir Flow Heater (250 PSIG @ 1000F)Specification requirement: ANSI CLASS 1500 lb Construction. Air volume flow (max): 2000SLM (standard liter per minutes). Weight limit: approximately 500 lb or less. Includeheater and process temperature control system with high-temp limit sensor. Maximumallowable non-shock pressure and temperature at the maximum air flow: 860 PSIG @ 900F;and 250 PSIG @ 1000F. Stainless steel shell and alloy heating elements. Dimension: 15'long and 1' in diameter or smaller. ASME Code Stamped and Certified for the abovepressures and temperatures. The provisions and clauses in the RFQ are those in effect through FAC 2005-52.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 811310,$7.0M respectively. 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, Receiving, 21000 Brookpark Road, Cleveland OH 44135 is required within 13 weeks ARO.Delivery shall be FOB Destination.Offers for the items(s) described above are due by 4:30 p.m. on 6/27/2011 to NASA GlennResearch Center, Attn Bernadette Kan MS 60-1, 21000 Brookpark Road, Cleveland OH 44135and must include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned 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. 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable.52.247-34 F.O.B. Destination. (NOV 1991), 1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR 2002), 1852.225-70 Export Licenses.(FEB 2000), 1852.237-73 Release of Sensitive Information. (JUN 2005)FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-10 Reporting Executive Compensation andFirst-Subcontractor Awards (JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.219-6Notice of Total Small Business Set-Aside (JUN 2003), 52.219-28 Post Award Small BusinessProgram Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies(JUL 2010) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-36, Affirmative Action forWorkers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-50, Combating Traffickingin Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-18 Contractor Policy to Ban TextMessaging While Driving (SEP 2010)(E.O 13513),52.225-1, Buy American Act - Supplies(FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restrictions on Certain Foreign Purchases (JUN2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign AssetsControl of the Department of the Treasury), 52.232-33, Payment by Electronic FundsTransfer - Central Contractor Registration (MAY 1999) (31 U.S.C. 3332).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 BernadetteKan not later than 6/23/2011. 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. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand certifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.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 offerorswill 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/GRC/OPDC20220/NNC11391909Q/listing.html)
- Record
- SN02473323-W 20110617/110615234646-d745c4468ba25c02cba74d706e71d1a0 (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 |