SOLICITATION NOTICE
66 -- INDOOR WALK-IN FREEZER
- Notice Date
- 6/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC14515528
- Response Due
- 6/20/2014
- Archive Date
- 6/10/2015
- Point of Contact
- Ingrid Pace, Buyer, Phone 216-433-2772, Fax 216-433-2480, Email Ingrid.Pace-1@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Ingrid Pace
(Ingrid.Pace-1@nasa.gov)
- Small Business Set-Aside
- N/A
- 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 1 each, Indoor Walk-in Freezer to store resin with the following specifications: 1.Freezer exterior dimensions size shall be either 8 ft wide/10 ft long or 8 ft wide/12 ft long (preferred) 2.Door shall be located along the 8 ft width 3.Control panel to maintain constant temperature. 4.Temperature capability of -4oF (-20oC) 5.Exterior door ramp to wheel material in and out of freezer 6.3 tier shelving within the freezer 7.Either 115V or 208/230V electrical requirement 8.Rated for indoor use The provisions and clauses in the RFQ are those in effect through FAC _2005_- 73. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333415, 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 Glenn Research Center, 21000 Brookpark Road, Bldg. 49, Rm. 150, Cleveland, OH 44135-3127 is required by July 30, 2014. Delivery shall be FOB Destination. Offers for the items(s) described above are due by close of business, June 20, 2014 to Ingrid Pace (Ingrid.Pace-1@nasa.gov) NASA Glenn Research Center, 21000 Brookpark Road, Mail Stop 60-0. Cleveland, OH 44135-3127, (fax) 216-433-5090 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 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. 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 (e-mail or fax) to Ingrid Pace (Ingrid.Pace-1@nasa.gov) not later than close of business June 13, 2014. Telephone questions will NOT be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 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. [OMBUDSMAN STATEMENT IS REQUIRED] 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/GRC/OPDC20220/NNC14515528/listing.html)
- Record
- SN03391204-W 20140612/140610235952-470e6edd029f939b1345421c71b59d44 (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 |