SOLICITATION NOTICE
66 -- MICROWAVE ACCELERATION REACTION SYSTEM
- Notice Date
- 5/28/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- 8-1-2-E3-D8949
- Response Due
- 6/18/2002
- Archive Date
- 5/28/2003
- Point of Contact
- Gloria J. Coffey, Contract Specialist, Phone (256) 544-9187, Fax (256) 544-6041, Email gloria.coffey@msfc.nasa.gov - Marty B. Hanson, Contracting Officer, Phone (256) 544-0989, Fax (256) 544-8688, Email marty.hanson@msfc.nasa.gov
- E-Mail Address
-
Email your questions to Gloria J. Coffey
(gloria.coffey@msfc.nasa.gov)
- 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Description of Items ITEM 1: QUANTITY: 1 EACH. MICROWAVE ACCELERATION REACTION SYSTEM TO INCLUDE INSTALLATION AND TRAINING. SPECIFICATIONS: A FULLY PROGRAMMABLE 1200 W LABORATORY MICROWAVE DIGESTION SYSTEM WITH A 1.7 CU FT. FLUOGOPOLYMER COATED CAVITY AND TEMPERATURE AND PRESSURE CONTROL. COMPLIES WITH US FCC PAST 19/47 CFR PART 18. ETL APPROVED TO UL STANDARDS 1262 AND 1950. OR EQUAL. NOTE: UNIT COST AND TOTAL COST MUST REFLECT INSTALLATION AND TRAINING COSTS. INSTALLATION WILL BE ONSITE AT MSFC NEAR HUNTSVILLE, ALABAMA. TRAINING WILL BE HELD ONSITE FOR A PERIOD NOT TO EXCEED ONE DAY. ITEM 2: QUANTITY: 1 EACH. XP 1500 VESSEL STARTER SET 432105. SET TO CONTAIN 11 EXTENSIVE PRESSURE VESSEL ASSEMBLIES, 1 EXTENSIVE PRESSURE CONTROL VESSEL. XP1500 TURNTABLE ASSEMBLY, TORQUE TOOL AND A BOX OF 120 SAFETY MEMBRANES. OR EQUAL. ITEM 3: QUANTITY: 1 EACH. MARS CUSTOMER CARE PLUS PLAN II. MARS 5 CUSTOMER CARE PLUS PLAN II IS A 12- MONTH PLAN BEGINNING AT THE END OF THE WARRANTY PERIOD. TWO FREE PREVENTIVE MAINTENANCE VISTS ARE INCLUDED. OR EQUAL. The provisions and clauses in the RFQ are those in effect through FAC 01-07. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334515 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to MSFC is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:30 p.m. CDT, June 18, 2002, and may be mailed or faxed to the identified point of contact, and 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: MSFC 52.239-1, NFS 1852.211-70, and 1852.214-71. Reserve paragraph(s) (d), (e), (f),(h), and (i) in 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ Addenda to FAR 52.212-4 are as follows: MSFC 52.211-90, 52.232-90, NFS 1852.246-71, FAR 52.204-4, 52.211-15, and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than June 11, 2002. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Award will be made on an "all or none" basis. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=62 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#101649)
- Record
- SN00084251-W 20020530/020528213451 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |