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

SELF-MANEUVERING ELECTRIC POWERED PERSONNEL LIFT


Synopsis/Solicitation Combo - Sep 08, 2008
Amendment 01 - Posted on Sep 08, 2008
SF 1449 - Posted on Sep 08, 2008
Specifications - Posted on Sep 08, 2008

General Information
Solicitation Number: NNC08ZH0041Q
Posted Date: Sep 08, 2008
FedBizOpps Posted Date: Sep 08, 2008
Original Response Date: Sep 17, 2008
Current Response Date: Sep 17, 2008
Classification Code: 39 -- Materials handling equipment
NAICS Code: 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

This procurement is set aside for small business. If you are viewing this solicitation on the fedbizops website, you must check the NASA Business website for amendments and other forms (this is due to the fedbizops software design). http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offerors responsibility to check the NASA Business website for any amendments.

This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation.

GENERAL SPECIFICATION

The Contractor shall furnish: One (1) Personnel Lift, two (2) sets of all manuals, and one (1) delivery to NASA/GRC Plum Brook Station. The Personnel Lift shall be delivered within 20 weeks after contract award.

SPECIFICATIONS

Please see attachment

MANUALS

The Contractor shall provide operational manuals that shall be written in English. Two (2) sets of operator manuals, two(2) sets of technical maintenance manuals, and two (2) parts manuals shall be included which shall document operation and maintenance of the Personnel Lift. All software documentation required to operate/program/diagnose (CNC or PC controller) shall be included.

DELIVERY AND INSTALLATION

The Contractor shall move the personnel lift into the designated area of Building 1411, High Bay area). After completing a safety briefing at NASA/Glenn Research Center Plum Brook Station, the Contractor shall assist in the unloading of the Personnel Lift in Building 1411, High Bay, NASA/Glenn Research Center Plum Brook Station, Sandusky, Ohio.

Installation: The Government will install the Personnel Lift.

DELIVERY SCHEDULE AND FOB POINT

Delivery to NASA Glenn Research Center Plum Brook Station is required. Provide a proposed delivery schedule. Delivery shall be FOB Destination, NASA Glenn Research Center Plum Brook Station.

SOLICITATION INSTRUCTIONS

Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the total price for the item. If you require payment in advance, do NOT exceed this limitation.

Note for those proposing shipping costs: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately.

Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to state sales tax or laws of a specific state. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement.

Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices.

The provisions and clauses in the RFQ are those in effect through FAC 05-26. The NAIC code is 333923 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency.

The DPAS rating for this procurement is DO-C9.

Offers for the items(s) described above are due by Wednesday, September 17, 2008 at 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-319, Cleveland, OH 44135, and include on the envelope the solicitation number.

Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offer should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number, Representations and Certifications, identification of any special commercial terms, description of items offered per 52.212-1 (and as modified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the “track changes” feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offers ARE NOT acceptable.

Offerors shall provide the information required by FAR 52.212-1.

Offerors may cite the web site that demonstrates all specifications are met for the item offered in lieu of providing a paper copy. Web sites that are not viewable for any reason for up to 5 business days after the offer due date may result in the offer being determined to be non-responsive.

If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin.

Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph:

The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any.

The representations and certifications will be incorporated by reference in any resultant contract.

Representations and Certifications may be obtained via the internet at URLs:

http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov .

FEDERAL ACQUISITION REGULATIONS APPLICABLE:

FAR 52.212-4 is applicable.

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable.

As prescribed in 12.301(b)(4):

a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78)

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

X (5) (i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). X (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). X (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2007) (E.O. 13126). X (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) X (29) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). X (35) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332 ).

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: None apply.

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

SELECTION

Selection and award will be in accordance with the following:

Evaluation—Commercial Items (Jan 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror on a LOW PRICE TECHNICALLY ACCEPTABLE basis: Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by a review of the information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b))

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Miscellaneous

Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice.

Ombudsman has been appointed -- See NASA Specific Note "B".

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 can be viewed at the following URL: http://www.fedbizoppsgov/


Point of Contact
Name:Raye L Kirkland
Title:Contract Specialist
Phone:216-433-5957
Fax:216-433-2480
Email:Ra-deon.L.Kirkland@nasa.gov

Name:Mark W. Manthey
Title:Branch Chief
Phone:216-433-2750
Fax:216-433-5489
Email: mark.w.manthey@nasa.gov

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