Combined Synopsis / RFQ for the Procurement of one Pre-cast, Post-tensioned Concrete Transportable Building

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
State: Texas
Type of Government: Federal
FSC Category:
  • 54 - Prefabricated Structures and Scaffolding
NAICS Category:
  • 238120 - Structural Steel and Precast Concrete Contractors
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Mar 21, 2024
Due Date: Mar 27, 2024
Solicitation No: 80JSC024QA008
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Combined Synopsis / RFQ for the Procurement of one Pre-cast, Post-tensioned Concrete Transportable Building
Active
Contract Opportunity
Notice ID
80JSC024QA008
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA JOHNSON SPACE CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 21, 2024 09:27 am CDT
  • Original Published Date: Mar 14, 2024 06:39 pm CDT
  • Updated Date Offers Due: Mar 27, 2024 03:00 pm CDT
  • Original Date Offers Due: Mar 25, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 11, 2024
  • Original Inactive Date: Apr 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 238120 - Structural Steel and Precast Concrete Contractors
  • Place of Performance:
    Houston , TX 77058
    USA
Description View Changes

This notice constitutes amendment no.1 To the combined synopsis/solicitation for One Pre-cast, Post-tensioned Concrete Transport Building. Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/solicitation and a written amendment will not be issued.



The purpose of this amendment is to inform you that the Q&A respnses have been posted. The Statement of Work has been replaced in its entirety. Changes are highlighted in blue.



The due date for receipt of offers is extended to March 27, 2024.



Companies shall provide the information stated in the synopsis/solicitation



------------------------------------------------



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) under solicitation number (80JSC024QA008) for One (1) pre-cast, post-tensioned concrete transportable building to be acquired for use as a battery testing control room in the Energy Systems Test Area, NASA/Johnson Space Center, Houston, Texas, 77058.



The provisions and clauses in the RFQ are those in effect through FAC 2024-03. This acquisition is a total small business set-aside.



The NAICS Code(s) and Size Standard are 327390, 238120 and 500 of employees respectively. The offeror shall state in their offer their size status for this acquisition.



All responsible sources may submit an offer which shall be considered by the agency.



Delivery to NASA Johnson Space Center (JSC) 2101 NASA Parkway, Houston, TX 77058 is required within 45 days after receipt of order (ARO). Delivery shall be free on board (FOB) Destination.



Offers for the item(s) described above are due by Monday March 25, 2024 by 3:00pm Central Time to Irelita Jones at Irelita.c.jones@nasa.gov and Maya Evans at maya.e.evans@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: https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items.



The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf



Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (SEP 2023) which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: (insert addenda).



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.



SELECTION WILL BE BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE SOURCE SELECTION PROCESS (FAR 15.101-2).



The following factors are in order of consideration and shall be used to evaluate offers.




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

  2. Price: Lowest Price Technically Acceptable

  3. Past Performance: Past performance shall be used in the evaluation process. Offerors should identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement. Offers may provide information on problems encountered on the identified contracts and the offeror’s corrective actions. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror’s past performance. The source selection authority shall determine the relevance of similar past performance information.



In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.



If the contracting officer determines that a small business’ past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in subpart 19.6 and 15 U.S.C.637(b)(7)).



All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (FEB 2024) Alt I (FEB 2024), or complete electronic annual representations and certifications at SAM.gov with its offer.



FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (NOV 2023) are attached.



FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, FEB 2024) is applicable.



NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf



This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).



Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to Irelita Jones at irelita.c.jones@nasa.gov and Maya Evans at maya.e.evans@nasa.gov not later than Wednesday March 18, 2024 by 3:00 PM Central Time. Telephone questions will not be accepted.



Responses to this combined synopsis/solicitation must be received via email to Irelita Jones at irelita.c.jones@nasa.gov and Maya Evans at maya.e.evans@nasa.gov no later than Monday March 25, 2024 by 3:00 PM Central Time.



The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines.



Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items (SEP 2023).


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • HOUSTON TX 77058
  • HOUSTON , TX 77058
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 15, 2024[Combined Synopsis/Solicitation (Updated)] Combined Synopsis / RFQ for the Procurement of one Pre-cast, Post-tensioned Concrete Transportable Building

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

24-54, Wooden Portable Building Anchoring Services What 24-54, Wooden Portable Building Anchoring Services

Edinburg Consolidated Independent School District

Bid Due: 5/01/2024

Status Ref# Project Department Close Date Dayes Left Action Open 4023000211 Hiram Clarke

METRO - Metropolitan Transit Authority of Harris County, Houston, TX

Bid Due: 5/01/2024

Status Ref# Project Department Close Date Dayes Left Action Open 4023000169 Field Service

METRO - Metropolitan Transit Authority of Harris County, Houston, TX

Bid Due: 5/01/2024

Petroleum Storage Tank Emergency Response and Supplemental Site Activities Solicitation ID: 582-25-00007 |

State Government of Texas

Bid Due: 5/02/2024