Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

39 -- Electric Forklift - RFQ NNK16580689Q Electric Forklift Specifications

Notice Date
4/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16580689Q
 
Archive Date
6/4/2016
 
Point of Contact
Maile T. Krienke, Phone: 321-867-2556, Erik C. Whitehill, Phone: 321-867-5504
 
E-Mail Address
Maile.T.Krienke@nasa.gov, Erik.C.Whitehill@nasa.gov
(Maile.T.Krienke@nasa.gov, Erik.C.Whitehill@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ NNK16580689Q Electric Forklift Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. NNK16580689Q is issued as a request for quotation (RFQ). The provisions and clauses are those in effect through Federal Acquisition Circular 2005-87B. This is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333924 and 750 employees, respectively. The offeror shall state in their offer their size status for this procurement. National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) has a requirement for one (1) Electric Forklift, with a load capacity of 15,000 pounds, capable of operating in an International Standards Organization (ISO) 8 clean room environment. The Electric Forklift must meet the minimum requirements as set forth in the attached "RFQ NNK16580689Q Electric Forklift Specifications." The Electric Forklift shall delivered to Kennedy Space Center, Florida, no later than January 3, 2016. Evaluation criteria are technical acceptability and overall lowest cost. It is critical that offerors provide adequate detail to allow evaluation of their offer. (See Federal Acquisition Regulation (FAR) 52.212-1(b)). If the end product offered is other than a domestic end product, as defined in FAR 52.225-1, Buy American Act - Supplies, the Offeror shall so state and shall list the country of origin. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. These may be obtained via the internet at URL: http://farsite.hill.af.mil/. These representations and certifications will be incorporated by reference in any resultant contract. The following clauses are applicable to this procurement: 1852.215-84, Ombudsman. (NOV 2011) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011). 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAR 2016) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of clause) An ombudsman has been appointed - See NASA Specific Note "B". The DPAS rating for this procurement is DO-C9. Offers must include the solicitation number, FOB destination to Kennedy Space Center, FL, proposed delivery date, discount/payment terms, warranty duration with on-site maintenance, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offers for the item described above are due no later than 4:30 PM (EST) on May 20, 2016, via email to maile.t.krienke@nasa.gov. Questions must be received in writing, via email, by 12:00 PM (EST) on April 22, 2016, to the identified point of contact. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. It is the Offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): https://www.fbo.gov/. Potential offerors will be responsible for downloading their own copy of this combinations synopsis/solicitation and amendments (if any). INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial, which is incorporated by reference. In accordance with FAR 52.212-1(k), the Contractor shall be registered shall be registered in the System for Award Management (SAM) database. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. 52.204-7 System for Award Management. (JUL 2013) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999). 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate (MAY 2015). (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16580689Q/listing.html)
 
Place of Performance
Address: Deliver to:, Building: M7-0355, Kennedy Space Center, Florida, 32899-0101, United States
Zip Code: 32899-0101
 
Record
SN04086166-W 20160417/160415234808-5aa924dbf83aa0130216708a7718bb4e (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.