Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2016 FBO #5187
SOLICITATION NOTICE

16 -- Emergency Exit Slides - Addenda to RFQ

Notice Date
2/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
NND16577053Q
 
Archive Date
2/25/2016
 
Point of Contact
Sandra L Morgan, Phone: 6612762192, Rosalia Toberman, Phone: 6612763931
 
E-Mail Address
Sandra.L.Morgan@nasa.gov, rosalia.toberman-1@nasa.gov
(Sandra.L.Morgan@nasa.gov, rosalia.toberman-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Quality requirements, section A only applies NND16577053Q Attachment #1 Instructions 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 the purchase of two (2) 22D22861-2 Emergency Exit Slides. The provisions and clauses in the RFQ are those in effect through FAC 2005-86A. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 423860, 100 employees. 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 Palmdale, California is required within 15 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by February 10, 2016 by 11:59 pm PST to NASA Armstrong Flight Research Center, 2825 East Avenue P, Palmdale, CA 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 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 52.204‐16, Commercial and Government Entity Code Reporting (JUL 2015) 52.204‐18 Commercial and Government Entity Code Maintenance (JUL 2015) 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.222‐22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 52.232‐40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 1852.203‐71 Requirement to Inform Employees of Whistleblower Rights (August 2014) FAR 52.212‐5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS‐COMMERCIAL ITEMS (JAN 2016) is applicable and the following identified clauses are incorporated by reference. 52.204-10, 52.209‐6, 52.219‐6, 52.219‐28, 52.222‐3, 52.222‐19, 52.222‐21, 52.222‐26, 52.222‐36, 52.222‐50, 52.223‐18, 52.225-1, 52.225‐13, 52.232‐33, 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 Rosalia Toberman not later than February 5, 2016. 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. Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), 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/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. 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/DFRC/OPDC20220/NND16577053Q/listing.html)
 
Place of Performance
Address: Item will be provided by the vendor, United States
 
Record
SN04008246-W 20160205/160203234058-5c8926ee7a4c59a16cd41449eb1313a8 (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.