NASA/KSC has a requirement for two each turnout switch ties.
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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued.
The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 32114 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency.
ITEM: Two each turnout switch ties. The turnout switch ties shall be: the American Railway Engineering and Maintenance-of-Way Association (AREMA) Grade Oak and Mixed Hardwood cross and switch ties treated #8 as per American Wood Preserver’s Association (AWPA) Specifications, 100 percent end plated (2 ea. #8 turnout switch, replace 16’ ties with extra 9’ ties).
Delivery shall be FOB Destination.
Quotations for the items(s) described above are due by 2:00 p.m. Eastern Standard Time, September 3, 2008 and may be emailed to Ellen.Lamp@nasa.gov or faxed to (321) 867-1188, Attn: Ellen Lamp; 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 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 attachment.
FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34.
FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3.
NFS 1852.223-72 is applicable.
The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/
The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm
Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than August 27, 2008. 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 notice and amendments (if any).
The Government will make a single award to the lowest priced technically acceptable quoter for the entire requirement. Technical acceptability will be determined from information submitted by the quoter, which must provide sufficient details to show that the product quoted meets the Government's requirements.
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 NASA Specific Note "B".
Any referenced notes may be viewed at the following URLs link below.