NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

R134A REFRIGERATE


Synopsis/Solicitation Combo - Aug 28, 2008

General Information
Solicitation Number: NNC08263958Q
Posted Date: Aug 28, 2008
FedBizOpps Posted Date: Aug 28, 2008
Original Response Date: Sep 12, 2008
Current Response Date: Sep 12, 2008
Classification Code: 68 -- Chemicals and chemical products
NAICS Code: 423740 - Refrigeration Equipment and Supplies Merchant Wholesalers
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
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; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Quotations (RFQ)] for Tetrafluoroethane - R134A Refrigerate in 1000 pound cylinders, total of 8 cylinders and their deposit and shipping charges.

The provisions and clauses in the RFQ are those in effect through FAC 2005-26.

This procurement is a total small business set-aside. See Note 1.

The NAICS Code and the small business size standard for this procurement are 423740, 100 respectively. 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.

Delivery to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, CLEVELAND OHIO 44135-3191, is required within 7 days ARO. Delivery shall be FOB Destination.

Offers for the items(s) described above are due by 9/12/08 to De Viancourt / Chmeical Purchasing fax# 216-433-2480 and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows:

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.

FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows:

FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: see below.

The 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

ADDENDUM TO 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS 52.219-28 Post-Award Small Business Program Rerepresentation. (JUN 2007) 52.223-3 Hazardous Material Identification and Material Safety Data. (JAN 1997) - Alternate I (JUL 1995) 52.247-32 F.o.b. Origin, Freight Prepaid. (FEB 2006) 1852.215-84 Ombudsman. (OCT 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution.

(b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman, Dr. Sunil Dutta SDB/HBCU Program Manager and Small Business Technical Advisor Phone: 216-433-8844 FAX: 216-433-2946 Email: Sunil.Dutta-1@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, the Director of the Contract Management Division, at 202-358-0445, facsimile 202-358-3083, e-mail james.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document. (End of clause) 1852.223-72 Safety and Health (Short Form). (APR 2002) 1852.225-70 Export Licenses. (FEB 2000) 1852.247-73 Bills of Lading. (JUN 2002) 52.212-5 ATTACHMENT 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. (JUN 2008) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all 52.225-1, Buy American Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

All contractual and technical questions must be in writing (e-mail or fax) to De Viancourt not later than 09/08/2008. Telephone questions will not be accepted.

Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement.

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: such as delivery schedule, rental or deposit on cylinders, material quality, ect. shall also be considered.

Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed. see above

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://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Dorothy E Viancourt
Title:Purchasing
Phone:216-433-2532
Fax:216-433-2480
Email:Dorothy.E.Viancourt@nasa.gov

Name:Antoinette M. Niebieszczanski
Title:NAIS Superuser
Phone:216-433-2806
Fax:216-433-2480
Email: Antoinette.M.Niebieszczanski@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: