Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1998 PSA#2157

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

68 -- REFRIGERANT 124 CHLOROTETRAFLUOROETHANE SOL 10-98-0052 DUE 082598 POC Lynn E. Rafford, Contract Specialist, Phone (407) 867-7364, Fax (407) 867-1188, Email Lynn.Rafford-1@ksc.nasa.gov -- Lynn E. Rafford, Contract Specialist, Phone (407) 867-7364, Fax (407) 867-1188, Email Lynn.Rafford-1@ksc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/KSC/date.html#10-98-0052. E-MAIL: Lynn E. Rafford, Lynn.Rafford-1@ksc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). REFRIGERANT 124 CHLOROTETRAFLUOROETHANE IN ACCORDANCE WITH BOEING NORTH AMERICAN, INC. SPECIFICATION MB0110-017. QUANTITY REQUIRED IS 28,000 POUNDS (LB), UNIT SIZE IS 2000 POUNDS (LB) EACH IN 2000 POUND (LB) CYLINDER CONTAINERS (PRESSURE VESSELS) VENDOR PROPERTY, QUANTITY OF 14 CONTAINERS. CONTACT LYNN RAFFORD AT (407) 867-7364 OR FAX (407) 867-1188 FOR SPECIFICATION INFORMATION. The provisions and clauses in the RFQ are those in effect through FAC 97-04. The SIC code and the small business size standard for this procurement are 2813 and 1000, respectively. The quoter shall state in their quotationtheir size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to KENNEDY SPACE CENTER, FLORIDA is required within TWENTY-ONE (21) days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A7. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact by the date/time specified and 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable. and the following identified clauses are incorporated by reference. (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of (c) law or executive orders applicable to acquisitions of commercial items or components: Contracting Officer shall check as appropriate.) _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) [Reserved] _X_ (3) 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (4) 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). ___ (5) 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)). _X_ (6) 52.222-26, Equal Opportunity (E.O. 11246). _X_ (7) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X_ (8) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). _X_ (9) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X_ (10) 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10). _X_ (11) 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). ___ (12) [Reserved] _X_ (13) 52.225-18, European Union Sanction for End Products (E.O. 12849). ___ (14) 52.225-19, European Union Sanction for Services (E.O. 12849). ___ (15)(i) 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). ___ (ii) Alternate I of 52.225-21. ___ (16) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (17) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). _X_ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 5), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately-Owned U.S.- Flagged Commercial Vessels (46 U.S.C.(flow down not required for subcontracts awarded beginning May 1996). Questions regarding this acquisition must be submitted in writing no later than 8/17/98. Quotations are due by 8/25/98 to the address specified above and to the attention of LYNN RAFFORD. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications—Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 08/10/98 (D-SN235044). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0422 19980812\68-0003.SOL)


68 - Chemicals and Chemical Products Index Page