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

NAS STANDARD FASTENERS


Synopsis/Solicitation Combo - Jul 24, 2008

General Information
Solicitation Number: NNL08FASTNRQ
Posted Date: Jul 24, 2008
FedBizOpps Posted Date: Jul 24, 2008
Original Response Date: Jul 28, 2008
Current Response Date: Jul 28, 2008
Classification Code: 53 -- Hardware and abrasives
NAICS Code: 423710 - Hardware Merchant Wholesalers
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

Description
 
NASA/LaRC has a requirement for the following National Aerospace Standards (NAS) fasteners: 60 each NAS1221R6E8; 35 each NAS2808-8 or alternative NAS7208-8; 25 each NAS2808-17 or alternate NAS338CA16 or NAS5319E8-17 or NAS5319E8P17 or NAS338PA16 or NAS588R17; 72 each NAS2808-20 or alternate NAS338CA17 or NAS5319E8-20 or NAS5319E8P20 or NAS338PA17 or NAS588R120. Each fastener shall delivered with the manufacturer registered trademark, traceability documentation of item identification and lot integrity, packaged in containers that are coded for identification of the lot to enable traceability of certification and test reports back to the heat of steel, packaged to ensure no co-mingling of lots. Public law 101-592 shall apply. Delivery to LaRC is required within 2 weeks ARO. Delivery shall be FOB Destination.

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.

Offerors are required to email or fax (email is preferred) the quote to the Timothy P Cannella, Contracting Officer, E-mail Timothy.P.Cannella@nasa.gov; Fax: 757-864-7709 by 4:30 p.m. local time on date of the submittal deadline.

The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than July 25, 2008. It is the quoters responsibility to monitor this site for the release of amendments (if any).

The NAICS Code and Size Standard are 423710 and 100 respectively.

This procurement is a total small business set-aside. See Note 1. All responsible sources may submit an offer which shall be considered by the agency.

An ombudsman has been appointed - See NASA Specific Note "B".

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

The provisions and clauses in this RFQ are those in effect through FAC 05-26. Quoters shall provide the information required by FAR 52.212-1 below.

INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (FAR 52.212-1) (JUNE 2008) is incorporated herein by reference with the same force and effect as if it were given in full text, with the exception of paragraphs D, F, and I. Paragraph (h) multiple awards applies. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

NASA FAR Supplement (48 CFR Chapter 18) addenda to FAR 52.212-1 are indicated as follows and incorporated herein by reference with the same force and effect as if they were given in full text: 52.214-35 Submission of Offers in the English Language (Apr 1991); Submission of Offers in U.S. Currency (Apr 1991); 52.225-2 Buy Amercan Act Balance of Payments Program Certificate (Feb 2000).

The Government may consider a late quotation or modifications to a quotation received after the date indicated for receipt of quotations but before the Government has made an offer, should such action be in the best interests of the Government.

(End of Provision)

ADDITIONAL INSTRUCTIONS - Costs of quote preparation. This RFQ is not an order. This is a request for information, and quotations furnished are not offers. This RFQ does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. If quoting on item(s) on a GSA contract, in addition to entering the GSA contract number in the appropriate textbox, the quoter shall include all other pertinent GSA contract information, if available, and show all applicable discounts for each line item. Taxes - Quoted prices should include applicable Federal, State, and local taxes. If the end product(s) offered is other than a 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. The offeror selected for award may be required to submit a completed copy of the provision at 52.212-3 (JUNE 2008), Offeror Representations and Certifications - Commercial Items, when requested by the contracting officer. The provision 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.

TECHNICAL SUBMITTAL: THE OFFEROR SHALL PROVIDE THE FOLLOWING WITH THE SUBMISSION: (1) Delivery Schedule; (2) Statement indicating conformance with the NASA standard fasteners noted and the submittal and packing requirements; (3) Warranty information including length of warranty and standard commercial warranty terms. And (4) Past Performance – Complete the table at Attachment 2 on RFQS for three (3) references for relevant fasteners not earlier than three years from the date of the Request for Quote. Include a verified name, address, phone number, and facsimile number for each reference.

EVALUATION: Selection and award will be made to that responsible and technically acceptable offeror whose offer will be most advantageous to the Government (See FAR 2.101, Best Value), with consideration given to the factors of technical merit, price, and past performance. Technical Merit includes but is not limited to compliance with the technical standards, documentation, packaging requirements and warranty. In addition, as the items support urgent NASA requirements, delivery will be a key discriminator under Technical Merit. Offers must provide all of the information requested in the Additional Instructions. As noted under 52.212-1, NASA reserves the right to make multiple awards in accordance with paragraph (h) of the clause. Accuracy and Adequacy of Information: The offeror is responsible for ensuring that the information required is accurate and complete. The government may determine the offeror to be non-responsive if the information provided is inaccurate or incomplete to allow the Government to conduct a past performance or technical evaluation. The Government reserves the right to incorporate terms the offeror proposes that enhances the Governments minimum requirements and is determined to represent the Best Value. The Government intends to award without discussions, but reserves the right to enter into discussions should the determination be made that doing so would bein the best interest of the Government.

ADDITIONAL SOLICITATION INFORMATION – FAR CLAUSE 52.204-7, CENTRAL CONTRACTOR REGISTRATION (APR 2008) is incorporated by reference. FAR 52.212-4, CONTRACT TERMS AND CONDITIONS- COMMERCIAL ITEMS (FEB 2007) is applicable. Addenda to FAR 52.212-4 - the following clauses are incorporated by reference into the solicitation:

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (SEP 2006); 52.219-28 Post-Award Small Business Program Rerepresentation. (JUN 2007); 52.247-34 F.o.b. Destination. (NOV 1991); 52.252-2 Clauses Incorporated by Reference. (FEB 1998);

NASA FAR Supplement (NFS) clauses: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm (End of clause)

1852.215-84 Ombudsman. (OCT 2003) fill in : Cynthia C. Lee, direct inquiries to Ms. Panice H. Clark, Procurement Deputy Director, NASA Langley Research Center, Mail Stop 134, Hampton VA 23681-2199; Phone (757)864-2522, facsimile (757)864-8541; e-mail panice.h.clark@nasa.gov.

1852.223-72 Safety and Health (Short Form). (APR 2002);

1852.225-70 Export Licenses. (FEB 2000)

Special Clause 1, AS9100 Terms and Conditions: The contractor shall provide notification to the Government of any nonconforming supplies prior to the delivery of the supplies in accordance with the terms of this contract. The Government has the right either to reject or to require correction of nonconforming supplies. Supplies are nonconforming when they are defective in material or workmanship or are otherwise not in conformity with contract requirements. The Government may reject nonconforming supplies with or without disposition instructions. The contractor shall provide notification to the Government prior to making any changes in its supplies and/or process definitions as specified in the Statement of Work/Specifications for this contract. If such changes result in a nonconforming supply that is a deliverable under this contract, the requirements of paragraph 1, above, shall apply. The Contractor shall prepare records evidencing all inspections made to the deliverables under this contract and the outcome of such inspections. Documentation created or received by all suppliers/contractors in the process of performing work for NASA are considered official NASA records and shall be accounted for, maintained, safeguarded, preserved and disposed of in accordance with NPR 1441.1. Long-term and permanent records (defined in NPR 1441.1) are turned over to NASA for appropriate archival/storage at the end of the contract. Corporate records of a contractor’s intracompany operations are considered as private business and are exempt from this requirement. The Government, including any applicable customers to the specific program or project related to work being performed under this agreement, and other regulatory authorities (e.g. FAA), have the right to inspect and test all supplies called for by the contract, to the extent practicable, at all places and times, including the period of manufacture, and in any event before acceptance. The Government will perform inspections and tests in a manner that will not unduly delay the work. The Government assumes no contractual obligation to perform any inspection and test for the benefit of the Contractor unless specifically set forth elsewhere in this contract. The Government may perform inspection or test on the premises of the Contractor or a subcontractor. The Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. Except as otherwise provided in the contract, the Government shall bear the expense of Government inspections or tests made at other than the Contractor’s or subcontractor’s premises; provided, that in case of rejection, the Government shall not be liable for any reduction in the value of inspection or test samples. The contractor shall include the applicable requirements as contained in the Statement of Work/Specifications and the requirements of this clause in all subcontracts.

FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUNE 2008) is applicable and the following identified clauses are incorporated by reference: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)); 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); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts); 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); 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332); (End of Clause)


Point of Contact
Name:Timothy P Cannella
Title:Contracting Officer
Phone:757-864-5028
Fax:757-864-7709
Email:Timothy.P.Cannella@nasa.gov

Name:Roberta I Keeter
Title:Contracting Officer
Phone:757-864-2521
Fax:757-864-6966
Email: Roberta.I.Keeter@nasa.gov

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