Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,2000 PSA#2513

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

68 -- LIQUID OXYGEN AND LIQUID NITROGEN FOR GLENN RESEARCH CENTER SOL IFB10-000010 DUE 020700 POC Lisa Morales, Contract Specialist, Phone (407) 867-3860, Fax (407) 867-1188, Email moralL@kscgws00.ksc.nasa.gov-- Steven E. Parker, Contract Specialist, Phone (407) 867-7358, Fax (407) 867-1188, Email steven.parker-1@ksc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76#IFB10-000 010. E-MAIL: Lisa Morales, moralL@kscgws00.ksc.nasa.gov. This notice is part of 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 Step 1 of a 2-Step Sealed Bid solicitation; information to determine the offerors technical capability to meet the requirement is requested in this notice. A written solicitation will be issued at a later date, only to those offerors deemed technically capable in Step 1. The written solicitation will constitute Step 2 and require offerors to submit firm prices in the form of a Sealed Bid. This notice is being issued as a Invitation for Bids (IFB) for Liquid Oxygen (IAW MIL-PRF-25508F) and Liquid Nitrogen (IAW MIL-PRF-27401D)products. Delivery of products by over-the-road, bulk cryogenic tanker trucks is required. The average size of deliveries is 25 tons per tanker truck. Multiple truck loads per day may be required. Delivery of products to Glenn Reseach Center (GRC), Brookpark OH and GRC Plumbrook Station, Sandusky OH, FOB destination is required. The Best Estimated Quantities (BEQ) per year are 120 tons of liquid oxygen and 4,660 ton of liquid nitrogen for both delivery points combined. A fixed-price requirements type contract(s) is planned. Only one contract will be issued for each product, however one contractor could supply both products under a single contract. Under this arrangement, the Kennedy Space Center will award and administer the prime contract(s), while personnel at GRC and Plumbrook Station will issue funded delivery orders and receive shipments in accordance with the contract. Requests for Shipment will be placed with a minimum of 48 hours notice prior to the required delivery time. Prospective offerors are required to provide the following information to determine technical capability for Step 1. 1. Discuss your production, storage and distribution facilities that will be used to produce and deliver liquid oxygen and/or liquid nitrogen requirements. Provide a table listing for each plant location (primary and backup) the types and amounts of products produced per day (in tons for each product), storage capacity (in tons for each product), transportation fleet (no. of tanker-trucks, average age, capacities, driver staff and capacity), one-way distance and transit time from plant to delivery point. 2. Discuss your quality management sytems and safety program, including your top level mission statement and/or goals. Complete quality/saftey directives/operating procedures are not required, but may be referenced. Discuss the level of corporate commitment to quality and safety. 3. Past Performance -- discuss any contracts you have performed in the last 3 years to provide these MIL-SPEC products to the government and/or commercial customers. For each contract, provide the type of product delivered, quantity per year and length of service to that customer. Provide current addresses and phone numbers for up to three customers that can be contacted for verificationof successful past performance. Prospective offerors that are deemed technically capable in Step 1 will be required to comply with the specifications and planned approach to meet the requirement set forth in the Step 1 technical proposal when submitting a priced bid in Step 2. The provisions and clauses in the IFB are those in effect through FAC 97-15. The SIC code and the small business size standard for this procurement are 2813 and 1000 employees respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Step 1 technical proposals for the items(s) described above are due by 4:00 pm local time on February 7, 2000 and must include all the information requested above to determine technical capability. Step 1 technical proposals may be submitted via email to the contracting officers listed herein, or faxed to (321)867-1188, or sent via U.S. Mail to Lisa Morales, Contracting Officer, Code OP-OSO, Kennedy Space Center, FL 32899. 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. Questions regarding this acquistion must be submitted in writing (fax or email acceptable) no later than January 20, 2000. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to the lowest priced, technically acceptable offeror for each product in Step 2, following determination of technical capability in Step 1. An ombudsman has been appointed -- See Internet Note "B". 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): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=76 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 01/07/00 (D-SN414229). (0007)

Loren Data Corp. http://www.ld.com (SYN# 0224 20000111\68-0001.SOL)


68 - Chemicals and Chemical Products Index Page