NASA KSC Solicitation: Vehicle Assembly Building Lease Rate Study
Synopsis/Solicitation Combo – Nov 06, 2014
Solicitation – Posted on Nov 06, 2014
General Information
Solicitation Number: NNK15524467R
Posted Date: Nov 06, 2014
FedBizOpps Posted Date: Nov 06, 2014
Recovery and Reinvestment Act Action: No
Original Response Date: Dec 01, 2014
Current Response Date: Dec 01, 2014
Classification Code: R — Professional, administrative, and mgmt support services
NAICS Code: 531320
Set-Aside Code: Total Small Business
Contracting Office Address
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
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.
NASA KSC requires a Vehicle Assembly Building (VAB) High Bay 2 Lease Rate Study in accordance with the attached statement of work (SOW).
The provisions and clauses in the RFQ are those in effect through FAC 2005-74.
This procurement is a total small business set-aside. This notice seeks only those sources under Product Service Code (PSC), R411 Professional Real Property Appraisals North American Industrial Classification System (NAICS) code 531320, Offices of Real Estate Appraisers. The small business size standard for NAICS code 531320 is $7.5M. 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 KSC is required within 30 days ARO.
Offers for the items(s) described above are due by 12/01/2014, 0800 EST to NASA KSC addressed to nancy.s.cuty@nasa.gov 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 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
All contractual and technical questions must be in writing (e-mail to nancy.s.cuty@nasa.gov ) no later than 11/17/2014 0800 EST. Telephone questions will not be accepted.
Selection and award will be made based on Best Value — Best Value acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show the service/product offered meets the Government’s requirement.
Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications – Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm . These representations and certifications will be incorporated by reference in any resultant contract.
NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html . 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/nais/link_syp.cgi . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
Point of Contact
Name: NANCY S CUTY
Title: CONTRACT SPECIALIST
Phone: 321-867-9761
Fax: 321-867-1188
Email: NANCY.S.CUTY@NASA.GOV