Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2017 FBO #5634
SOLICITATION NOTICE

V -- Import Custom House Broker services Requirement - Attachments

Notice Date
4/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488510 — Freight Transportation Arrangement
 
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
NND17590736Q
 
Archive Date
5/10/2017
 
Point of Contact
Nydia E. Wilkinson, Phone: 6185813507, Rosalia Toberman, Phone: 6612763931
 
E-Mail Address
nydia.e.wilkinson@nasa.gov, rosalia.toberman@nasa.gov
(nydia.e.wilkinson@nasa.gov, rosalia.toberman@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Services to be quoted Statement of work 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. Description The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) has a requirement for Import Custom House Broker services. The contractor shall provide licensed and bonded broker services to handle the import of various Government Equipment Property of NASA and occasionally AFRC Contractors through US Customs IAW Statement of work attachment#1 titled: SOW NND17590736Q. LI1 CUSTOM CLEARANCE FEE LI 2 MESSENGER FEE LI 3 USA DOCUMENTATION FEE LI 4 SPECIAL COURIER SERVICE LI 5 OTHERS (if Applies) This procurement is a total small business set-aside. The NAICS Code for this procurement is 488510 and the small business size standard $15M. The offeror shall state in their offer their size status for this procurement. Delivery shall be FOB Destination. Offers for the items(s) or services described above are due by May 9, 2017 to Nydia E. Wilkinson, via email at nydia.e.wilkinson@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. All responsible sources may submit an offer which shall be considered by the agency. Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).The incorporated provisions and clauses in this RFQ are those in effect through Federal Acquisition Current Circular to: FAC 2005-95. All contractual and technical questions must be in writing (e-mail) to Nydia E. Wilkinson not later than May 4, 2017. Telephone questions will not be accepted. Offerors shall provide the information required by FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017), which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.204-16 Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 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 Selection and award will be made the lowest priced, technically acceptable offeror. 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 products or services offered meets the Government's requirement. Offerors must use attachment #2 Titled: Services Quote to submit pricing. 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items or services offered to meet the Government requirement; (ii) Price (End of Provision) Offerors must include completed copies of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2017) Alternate I (Oct 2014) 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. 52.212-3 52.212-4 Contract Terms and Conditions -- Commercial Items (Jan 2017) Addendum are as follows: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 1852.203-71 Requirement to inform employees of whistleblower rights (Aug 2014) 1852.225-70 Export Licenses (FEB 2000) Alternate I (Feb 2000) 1852.237-73 Release of Sensitive Information (Jun 2005) NASA Clause 1852.215-84 (NOV 2011), Alternate I (JUN 2000) Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017) is applicable and the following identified clauses are incorporated by reference: 52.204-10, 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, 52.225-13, 52.232-36, 52.239-1, 52.242-5, 52.247-64, 52.222-17, 52.222-42, 52.222-62, 52.222-50.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND17590736Q/listing.html)
 
Place of Performance
Address: Contractor Facility and The Port of Los Angeles in California., Los Angeles, California, 90733-0151, United States
Zip Code: 90733-0151
 
Record
SN04484411-W 20170427/170425234538-8e4083ad1e80650ddf688b9e129b0acb (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.