Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
SOLICITATION NOTICE

13 -- FARADAY CAP ASSEMBLY

Notice Date
4/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ14509152Q
 
Response Due
4/10/2014
 
Archive Date
4/4/2015
 
Point of Contact
Jonathan P. Prihoda, Contracting Officer, Phone 281-244-6959, Fax 281-483-4173, Email jonathan.p.prihoda@nasa.gov
 
E-Mail Address
Jonathan P. Prihoda
(jonathan.p.prihoda@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 Request for Quotations (RFQ) for a quantity of 5,000 Faraday Cap Assemblies in accordance with the Statement of Work and the Specifications and Drawings. One drawing is considered export controlled and only can be requested by US Companies. Potential offerors must provide proof of being a US Company by providing a cage code from www.sam.gov. Potential offerors may send a request for the export controlled drawing to Jon Prihoda at jonathan.p.prihoda@nasa.gov. The statement of work can be viewed at: http://procu rement.jsc.nasa.gov/NNJ14509152Q/SOW-mod-Faraday-caps.doc The provisions and clauses in the RFQ are those in effect through FAC 2005-72 This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 332710 and 500 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 Johnson Space Center is required within 8 weeks ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 12:00p.m.CST on April 10, 2014 to Jon Prihoda at jonathan.p.prihoda@nasa.gov 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.na sa.gov/Services/NEFS/NEFSHome.tml 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 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2014), 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, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-26, 52.222-36, 52.223-16, 52.223-18, 52.223-18, 52.225-1, 52.225-1, 52.225-2, 52.225-13, 52.232.33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing to Jon Prihoda at jonathan.p.prihoda@nasa.gov not later than April 8, 2014. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. 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. NASA anticipates multiple awards, which represent the best value to the Government in accordance with the evaluation criteria. The overall number of awards will be dependent upon the quality, funding availability, and evaluation results. Offerors must include completed copies of the provision at 52.212-3 (NOV 2013), 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 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ14509152Q/listing.html)
 
Record
SN03330582-W 20140406/140404234827-3202c4dd0622d4b188e50ce3222520f7 (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.