Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2017 FBO #5796
SOLICITATION NOTICE

59 -- Router Control Panels, Scalers, Converters, Warranty, Customer Support, Commissioning, and Training - Attachment 1

Notice Date
10/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135
 
ZIP Code
44135
 
Solicitation Number
80GRC018P0001
 
Archive Date
11/2/2017
 
Point of Contact
Brianna L. Artino, Phone: 2164335675
 
E-Mail Address
brianna.l.artino@nasa.gov
(brianna.l.artino@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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offers for the items(s) described are due by 4:30 p.m. EST, Wednesday, October 18, 2017 to brianna.l.artino@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. NASA Glenn Research Center has a requirement for various Router Control Panels, Scalers and Converters, Warranty and Customer Support, Commissioning and Training. Please see " Attachment 1 " for specifications. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The Government intends to execute a bi-lateral contract with the successful offeror. The provisions and clauses in the RFQ are those in effect through FAC2005-26, this can be found via the internet at URL: http://nais.nasa.gov/far. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 238210 and $15,000,000 Size Standard, respectively. The offeror shall state in their offer, their size status. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135-3191. Delivery shall be FOB Destination. 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 (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 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: • 52.203-6 - Restrictions on Subcontractor Sales to the Government - Alternate I • 52.204-7 - System for Award Management • 52.204-10 - Reporting Executive Compensation and First-Tier Subcontractor Awards • 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment • 52.211-6 - Brand Name or Equal • 52.219-4 - Notice of Price Evaluation Preference for HubZone Small Business Concerns • 52.219-6 - Notice of Total Small Business Set-Aside • 52.219-8 - Utilization of Small Business Concerns • 52.219-14 - Limitations on Subcontracting • 52.219-16 - Liquidated Damages - Subcontracting Plan • 52.219-28 - Post Award Small Business Program Representation • 52.222-3 - Convict Labor • 52.222-19 - Child Labor-Cooperation with Authorities and Remedies • 52.222-21 - Prohibition of Segregated Facilities • 52.222-26 - Equal Opportunity • 52.222-35 - Equal Opportunity Veterans • 52.222-37 - Employment Reports on Veterans • 52.222-36 - Equal Opportunity for Workers with Disabilities • 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act • 52.222-50 - Combatting Trafficking in Persons • 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving • 52.225-5 - Trade Agreements • 52.225-13 - Restrictions on Certain Foreign Purchases • 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management The FAR may be obtained via the Internet at URL: http://www.acqusition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nstoc.htm All contractual and technical questions shall be in writing (email) to brianna.l.artino@nasa.gov no later than 4:30 p.m., Wednesday, October 11, 2017. Telephone questions are accepted, email is most preferred. 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 lowest price technically acceptable. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors prices will be evaluated include of the base and all options. Brand Name is preferred, but FAR 52.211-6 Brand Name or Equal does apply, please see "Attachment 1" for full FAR clause description. 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. NASA Clause 1852.215-84, 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): https://prod.nais.nasa.gov/cgibin/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/OPDC20220/80GRC018P0001/listing.html)
 
Place of Performance
Address: 21000 Brookpark Road, Cleveland, Ohio, 44135, United States
Zip Code: 44135
 
Record
SN04706009-W 20171006/171004231145-74b7ac52f7a3db3196f2be4e238e66b1 (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.