Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

LIQUID OXYGEN AND LIQUID NITROGEN FOR STENNIS SPACE CENTER AND LIQUID NITROGEN FOR MICHOUD ASSEMBLY FACILITY


Synopsis - Mar 19, 2004
Solicitation - Posted on May 24, 2004
Amendment 01 - Posted on Jun 14, 2004
Amendment 02 - Posted on Jun 15, 2004
Amnendment 2 to NNK04055024E - Posted on Jun 21, 2004

General Information
Solicitation Number: NNK04055024E
Posted Date: Mar 19, 2004
FedBizOpps Posted Date: Mar 19, 2004
Original Response Date: Apr 19, 2004
Current Response Date: Jun 24, 2004
Classification Code: 68 -- Chemicals and chemical products
NAICS Code: 325120 - Industrial Gas Manufacturing

Contracting Office Address
 
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

Description
 
This notice is part of 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 Step 1 of a 2-Step Sealed Bid solicitation; information to determine the offerors technical capability to meet the requirements is requested in this notice. A written solicitation will be issued at a later date, only to those offerors deemed technically capable in Step 1. The written solicitation will constitute Step 2 and require offerors to submit firm prices in the form of a Sealed Bid.

This notice is being issued as a Invitation for Bids (IFB) for Liquid Oxygen (IAW MIL-PRF-25508F) and Liquid Nitrogen (IAW MIL-PRP-27401D) products. Delivery of products by over-the-road, bulk cryogenic tanker trucks is required. The approximate size of deliveries is 25 tons per tanker truck. Multiple truck loads per day may be required. Delivery of liquid oxygen and liquid nitrogen to Stennis Space Center (SSC), Bay St. Louis, MS and delivery of liquid nitrogen to Michoud Assembly Facility (MAF), Michoud, LA, FOB destination is required. The Best Estimated Quantities (BEQ) for bulk liquid oxygen per year is 20,000 tons and liquid nitrogen per year is 40,000 tons for SSC and liquid nitrogen per year is 4,437 tons for MAF. Routine requirements are 6 tankers of liquid oxygen/day for test periods (3 tankers offloaded at the same time, followed immediately by 3 more tankers) and maximum requirement of 12 tankers per day on infrequent days; 6 tankers of liquid nitrogen/day, 5 days/week (1 tanker offloaded at a time).

The period of performance will be 1 July 2004 through 30 June 2007 as the base period with two one-year option periods.

A fixed price requirements type contract is planned for each product, however, one contractor could supply both products under a single contract. However, an indefinite delivery, indefinite quantity (IDIQ) type contract for the delivery of liquid oxygen may be issued as a dual source split requirement arrangement to SSC only, if a business case warrants this arrangement to be in the best interest of the government. Under either arrangement, the Kennedy Space Center will award and administer the prime contract(s), while personnel at SSC and MAF will issue funded delivery orders and receive shipments in accordance with the contract. Request for Shipment will be placed with a minimum of 48 hours notice prior to the required delivery time.

Prospective offerors are required to provide the following information to determine technical capability for Step 1. Technical proposals shall not include prices or pricing information.

1. Discuss your production, storage and distribution facilities that will be used to produce and deliver liquid oxygen and/or liquid nitrogen requirements. Provide a table listing for each plant location (primary and backup) the types and amounts of products produced per day (in tons for each product), storage capacity (in tons for each product), transportation fleet (no. of tanker-trucks, average age, capacities, driver staff and capacity), one-way distance and transit time from plant to delivery point.

2. Discuss your quality management systems and safety program, including your top level mission statement and/or goals. Complete quality/safety directives/operating procedures are not required, but may be referenced. Discuss the level of corporate commitment to quality and safety.

3. Past Performance – discuss any contracts you have performed in the last 3 years to provide these MIL-SPEC products to the government and/or commercial customers. For each contract, provide the type of product delivered, quantity per year and length of service to that customer. Provide current addresses and phone numbers for up to three customers that can be contacted for verification of successful past performance.

In the second step, only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions, will be considered for award. Offerors should submit proposals that are acceptable without additional explanation or information. Each bid in the second step must be based on the offeror’s own technical proposal.

The Government may make a final determination regarding a proposal’s acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable, and may discuss proposals with the offerors.

A notice of unacceptability will be forwarded to any offeror upon completion of the Step 1 proposal evaluation and final determination of unacceptability.

Only one technical proposal may be submitted by each offeror for each product. The offeror may submit one proposal to include both products if desired.

The provisions and clauses in the IFB are those in effect through FAC 01-20.

The NAICS code and the small business size standard for this procurement are 325120 and 1000 employees respectively. The offeror shall state in their offer their size status for this procurement.

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

The DPAS rating for this procurement is DO-C9.

Step 1 technical proposals for the items described above are due by 4:00 p.m. local time on April 19, 2004, and must include all the information requested above to determine technical capability. Step 1 technical proposals may be submitted via email to the contracting offer listed herein, or faxed to (321) 867-1188, or sent via U.S. Mail to Lisa Morales, Contracting Officer, Mail Code OP-OS, Kennedy Space Center, FL 32899.

To schedule a visit of each delivery location, contact Mr. Terry Addlesperger for SSC, (228) 688-1038 and Ms. Jocelyn Connelly for MAF, (504) 257-3805. Questions must be submitted in writing (fax or email acceptable) to Lisa Morales, Contracting Officer at Kennedy Space Center, no later than April 9, 2004.

If the end product(s) offered is other than domestic end product(s) as defined in the clauses entitled “Buy America Act – Supplies,” the offeror shall so state and shall list the country of origin.

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 and award will be made to the lowest priced, technically acceptable offerors for each product in Step 2, following determination of technical capability in Step 1.

An ombudsman has been appointed – See NASA Specific Note “B”.

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/eps/bizops.cgi?gr=D&pin;=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).


Point of Contact
Name:Lisa Morales
Title:Contract Specialist
Phone:(321) 867-3860
Fax:(321) 867-1188
Email:lisa.morales-1@ksc.nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE