SOLICITATION NOTICE
23 -- ROADWAY TRANSPORTERS
- Notice Date
- 8/30/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM13480661Q
- Response Due
- 9/13/2013
- Archive Date
- 8/30/2014
- Point of Contact
- Jeannette S. Swearingen, Contract Specialist, Phone 256-544-1395, Fax 256-544-5028, Email jeannette.s.swearingen@nasa.gov - Artra C House, Contract Specialist, Phone 256-544-3507, Fax 256-544-6560, Email artra.c.house@nasa.gov
- E-Mail Address
-
Jeannette S. Swearingen
(jeannette.s.swearingen@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- ****************CONTACT JANET APPLETON (ARCS) ONLY TO SUBMIT ANY TECHNICAL QUESTIONS OR TO SUBMIT OFFERS. CONTACT INFORMATION CAN BE FOUND WITHIN THE BODY OF THIS ANNOUNCEMENT.************ 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 Request for Quotations (RFQ) for four (4) Multi-Purpose Transportation Systems (MPTS) utilizing with the maximize extent possible, Commercial-Off-The-Shelf (COTS) transporter hardware with design engineering modifications to meet the specification and requirements in the attached Statement of Work (SOW). This procurement is a 'Full and Open' procurement. Vendors shall state in their offer their business size. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ shall require the potential vendor to be certified within the Online System for Award Management (SAM) database and Online Representations and Certifications Application Databases prior to award. Delivery date to NASA Michoud Assembly Facility (MAF) shall be determined at a later date. Delivery shall be FOB Destination. Offers for the items(s) described above are due on 9/13/2013 by 4:00 p.m. C.S.T and shall include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), identification of any special commercial terms, and be signed by an authorized company representative. Vendors may submit quotes on their company standard forms. Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), 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 (JUL 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (AUG 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: See applicable solicitation/contract clauses attached to this solicitation. Contents of this package include: 1. Contract Clauses/Terms and Conditions 2. Space Launch System Core Stage Assembly Roadway Transporter Statement of Work (SOW) including Appendix A-E 3. Copy of Space Launch System (SLS) Program Safety and Mission Assurance (S&MA) Requirements-SLS-RQMT-014 4. Copy of Space Launch System (SLS) Program Hazard Analysis Requirements-SLS-RQMT-015 5. Copy of Metrology and Calibration NPD8730.1C 6. Copy of SLSP Support Equipment Specification Volume ll: Ground Support Equipment (GSE) Design and Construction Requirement SLS-SPEC-030-02 7. Copy of Department of Defense Standard Practice Identification Marking of U.S. Military Property MIL-STD-130N 8. Copy of Federal Stand 595 Paint Specification 9. Data Procurement Document(DPD) 10.Solicitation Provisions Please note that some of the attach provisions have fill-in requirements that shall be submitted with offer. Those fill-in's are listed below: 52.212-3 (Aug 2013) Offeror Representations and Certifications-Commercial Items. 52.225-18 (SEP 2006) Place of Manufacture. 1852.209-75 (FEB 2012) Representation by Offers that they are not the Association of Community Organizations for Reform Now (ACORN) or a subsidiary of ACORN. 1852.225-73 (JUN 2013) Information Technology Systems from Entities Owned, Directed or Subsidized by the People's Republic of China. 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 shall be in writing (e-mail or fax) to Janet Appleton (ARCS) at janet.l.appleton@nasa.gov or (fax) 256-961-9604, no later than 9/05/2013 by 12:00p.m. CST. Telephone questions shall not be accepted. All questions shall be reviewed with answers posted on or before 9/09/2013. This shall be a one-time question and answer period. 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/bizsops.cgi?gr=D&pin=62. Potential offerors shall be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Pursuant to FAR 52.212-2(JAN 1999) Selection and award shall be made to the lowest priced, technically acceptable offeror, with satisfactory past performance. Vendor shall submit three (3) references for similar type contracts to include: 1. Three (3) Company Names 2. Name of Point of Contact (POC) 3. Phone numbers and email addresses of POC In order to be determined technically acceptable, vendor shall have satisfactory past performance. Technical acceptability shall be determined by review of information submitted by the offeror which shall provide a description in sufficient detail to show that the product offered meets the Government's requirement. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Any referenced notes may be viewed at the following URLs linked above. Please note that Jeannette Swearingen is the official Contracts Officer; however, Janet Appleton (ARCS) is the point of contact for all questions or to submit quotes at janet.L.appleton@nasa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM13480661Q/listing.html)
- Record
- SN03170462-W 20130901/130830235519-89c9648649ea48a37c7c6ce30a39a82e (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 |