Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOURCES SOUGHT

91 -- NASA Agency-wide Acquisition of the Supply of Liquid and Gaseous Helium--Sources Sought

Notice Date
5/13/2022 8:25:04 AM
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
NNK22ZOS001L
 
Response Due
5/19/2022 1:00:00 PM
 
Archive Date
05/20/2022
 
Point of Contact
Brenda Teachworth, Phone: 3218677449
 
E-Mail Address
brenda.L.teachworth@nasa.gov
(brenda.L.teachworth@nasa.gov)
 
Description
Amendment 2--This sources sought is being amended by posting an updated Schedule of Supplies.� The Schedule of Supplies has been updated to indicate full location names and geographical locations.� Updates have been shaded in yellow. Amendment 1--This sources sought is being amended for the following: 1. The period of performance from a five year period of performance to a three year period of performance. 2. To include an updated Schedule of Supplies. 3. To update the combined synopsis/solicitation release date. 4. To update the Contracting Officer information. 5. To inlcude a request for information due date of May 18, 2022, 4:00pm EST All updates are underlined THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. This notice includes updated draft Schedule of Supplies to solicit responses from interested parties. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. The NASA/KSC Office of Procurement intends to issue a combined synopsis/solicitation for the procurement of liquid and gaseous helium, as detailed in the attached draft Schedule of Supplies.� The Government intends to issue the combined synopsis/solicitation under FAR 12, Acquisition of Commercial Items, in conjunction with the procedures of Part 15, Contracting by Negotiation, and any resulting award will be made in the form of a Firm Fixed Price Indefinite Delivery Requirements contract with awards to multiple offerors. All CLINs will be individually competed, and awards will be made on the basis of lowest evaluated price per CLIN. It is likely that award will be made using the lowest-price-technically-acceptable source selection process (as described in FAR 15.101-2). The total contract duration will be three years, which will consist of a two-year base period and a single one-year option. The base period of performance is from October 1, 2022 through September 30, 2024, with a potential total period of performance through September 30, 2025.� It is anticipated that this action will be issued as unrestricted. The NAICS Code and Size Standard are 325120 and 1000 employees respectively. It is anticipated that a combined synopsis/solicitation will be issued via the Government Point of Entry website https://www.sam.gov no later than June 13, 2022. NASA KSC is seeking capability statements from all interested firms having the required capabilities necessary to meet the requirements described in the Schedule of Supplies.� Interested firms shall submit a capability statement indicating the CLIN numbers they are capable of supporting. This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government may not respond to questions/concerns submitted. The Government will use the information to finalize the synopsis/solicitation as necessary. All comments or questions shall be submitted electronically via email to the Contracting Officer, Tammy Clark, tammy.k.clark@nasa.gov, no later than May 19, 2022 at 4:00pm EST. When responding reference sources sought NNK22ZOS001L. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html . If a solicitation is released, then it and any additional documents will be available on www.Sam.gov. It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1ea6cdcf82114d11a852327f27b9a116/view)
 
Place of Performance
Address: Orlando, FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN06327291-F 20220515/220513230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.