***** SEND ALL CORRESPONDANCE INCLUDING TECHNICAL QUESTIONS AND QUOTES IN WRITINGTO BETSY ANDERSON/DFI ONLY AT
[email protected] RO FAX 256-544-6560 *********This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This procurement is a total small business set-aside.This notice is being issued as a Request for Quotations (RFQ)] for the procurement ofDacron Netting necessary to design, construct, and install multilayer insulation (MLI) onMultipurpose Hydrogen Test Bed (MHTB), Cyrogenic Test Bed One (CTB1), and Cyrogenic TestBed Two (CTB2) tanks located at Marshall Space Flight Center. Specifications are attached.The NAIS Code and the small business size standard for this procurement are 334515.The offeror shall state in their offer their size status for this procurement.All responsible sources may submit an offer which shall be considered by the agency.All responsible sources may submit an offer which shall be considered by the agency.However, any award from this RFQ will require the potential vendor to be certified withinthe Online Central Contractor Registration (CCR) and Online Representations andCertifications Application (ORCA) Databases prior to award.Delivery shall be FOB Destination.Offers for the items(s) described above are due by 07/01/2010 to Betsy Anderson and mustinclude, 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 authorizedcompany representative.Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference:52.252-252.204-752.209-652.247-341852.215-841852.225-701852.223-721852.237-7352.232-9052.211-9052.246-9052.212-352.219-652.219-2852.222-352.222-1952.222-2152.222-2652.222-3652.225-352.225-3(iii)52.225-1352.232-33The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing to Betsy Anderson no laterthan 06/28/2010; all technical questions and answers will be posted as a modification tothis solicitation.The due date for submission of quotes is 07/01/2010.Telephone questions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement.An ombudsman has been appointed -- See NASA Specific Note "B".It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 . Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).
Bid Protests Not Available