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