SOLICITATION NOTICE
80 -- POTTING AND MOLDING COMPOUND THAT MEETS NASA KSC SPECIFICATIONS
- Notice Date
- 6/26/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325211
— Plastics Material and Resin Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK13477224Q
- Response Due
- 7/15/2013
- Archive Date
- 6/26/2014
- Point of Contact
- Susan J. Wall, Contracting Officer, Phone 321-867-3306, Fax 321-867-1166, Email susan.j.wall@nasa.gov
- E-Mail Address
-
Susan J. Wall
(susan.j.wall@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information 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 RFQ for: ITEM NO. 1: PPG Aerospace, PRC-Desoto Part #1535XAMBCA032QT, Color: Amber, Two Part Kit (Part A and B), Product PR-1535 Potting and Molding Compound; or an approved equal meeting NASA KSC-SPEC-E0029 Specification for Compound, Potting and Molding, Elastomeric Specification, dated April 21, 1972. This NASA KSC Specification can be found at the following link: https://standards.nasa.gov/documents/detail/3314983 Quantity/Unit:100 kits NASA Quality Code Q2 is applicable - FAR 52.246-15 Certificate of Conformance applies. Contractor required to submit FAR Certificate of Conformance with the delivered item(s). Please confirm in quote that the required Certificate will be submitted with delivered items. NASA Quality Code Q4 Hazardous Materials is applicable FAR 52.223-3 w/Alt1 Hazardous Material Identification and Material Safety Data applies. Contractor required to submit MSDS with delivered item(s). Please confirm in quote that the MSDS' will be submitted with delivered items. The provisions and clauses in RFQ are those in effect through FAC 2005-66. 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 325211/750 employees respectively. 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 NASA, Kennedy Space Center, Florida is required within 12 weeks ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by July 12, 2013 at 4:30 p.m. ET to Susan J. Wall of NASA, Mail Code: OP-ES, Kennedy Space Center, FL 32899 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, and be signed by an authorized company representative. Offerors are encouraged to use the Standard 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 Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.222-36, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. The FAR and NFS may be obtained via the Internet at URL: http://prod.nais.nasa.gov/far/ All contractual and technical questions must be in writing (e-mail or fax) to Susan J. Wall (susan.j.wall@nasa.gov /FAX 867-1166) not later than July 1, 2013. Telephone questions will not be accepted. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. If the Contractors Offerors Representations and Certifications are not posted/registered in https://www.sam.gov/portal/public/SAM/, Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 Potential offerors will be responsible for downloading their own copy of this combination synopsis/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/KSC/OPDC20220/NNK13477224Q/listing.html)
- Record
- SN03099857-W 20130628/130626234647-33ef5302ebc4dc6705757c133b2095ce (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 |