Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
SOLICITATION NOTICE

66 -- ADP EQUIPMENT, SOFTWARE AND SUPPORT EQUIPMENT

Notice Date
2/12/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFO3-C48-49344
 
Response Due
2/26/2004
 
Archive Date
2/12/2005
 
Point of Contact
Michael J. Genovese, Contract Specialist, Phone (216) 433-2776, Fax (216) 433-5489, Email Michael.J.Genovese@nasa.gov
 
E-Mail Address
Email your questions to Michael J. Genovese
(Michael.J.Genovese@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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). 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 Offer (RFO) for ADP Equipment, Software and Support Equipment. The contractor shall furnish the following fifteen (15) items as listed below: The items listed below shall be National Instruments? products. Item : 1. PCI-6070E, DAQ board NI#777305-01, 3 EA; 2. SCXI-1001, 12 Slot Chassis NI#776571-01, 3 EA; 3. SCXI-1349 Cable, 2m NI#776574-492, 3 EA; 4. SCXI-1349 Adapter NI#182671-01, 3 EA; 5. SCXI-1120 8-ch Iso Amp NI#776572-20, 9 EA; 6. SCXI-1100 32-Ch MUX Amp NI#776572-00, 3 EA; 7. SCXI-1102 32-Ch TC Amp NI#776572-02, 3 EA; 8. SCXI-1161 8-Ch Relay NI#776572-61, 3 EA; 9. SCXI-1327 Term Block NI#777687-27, 9 EA; 10. TC-2095 32-Ch TC Connector NI#777509-01, 3 EA; 11. PCI-4851 4port RS-485 w/1M cables NI#777853-04, 3 EA; 12. SH96-96 Cable, 2m NI#183228-02, 3 EA; 13. SCXI-1300 Term Block NI#777687-00, 3 EA; 14. SCXI-1360 Front Filler Panel NI#776576-60, 18 EA; 15. SCXI-1361 Rear Filler Panel NI#776576-61, 33 EA; The provisions and clauses in the RFO are those in effect through FAC 01-19. This procurement is a total small business set-aside. See Note 1. The NAICS code is 334119 and the small business size standard for this procurement is 1000 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center is desired by April 30, 2004. Offeror shall state a delivery schedule in their offer. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by February 26, 2004, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-305, Cleveland, OH 44135, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for Items 1 thru 15 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation. Faxed offers are not acceptable due to the required information of 52.212-1. Selection and award will be made to the lowest priced, technically acceptable offeror in accordance with FAR 52.212-2. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors shall provide the information required by FAR 52.212-1. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. NASA FAR Clauses: (1) 1852.204-74 Central Contractor Registration (MAY 2002) (2) 1852.215-84 Ombudsman (OCT 2003) (In paragraph b, insert ?see http://ec.msfc.nasa.gov/hq/library/Omb.html for the name, address, telephone number, facsimile number, and e-mail address of installation ombudsman?) (3) 1852.225-70 Export Licenses (FEB 2000) FAR Clauses: 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Oct 2003) As prescribed in 12.301(b)(4), insert the following clauses: (1) X 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (2) __ 52.219-3 Notice of Total HUBZone Small Business Set-Aside (Jan 1999). (3) __ 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). (4) __ 52.219-5 Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ Alternate I (Mar 1999) of 52.219-5. __ Alternate II (June 2003) of 52.219-5. (5) X 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ Alternate 1 (Oct 1995) of 52.219-6 (6) __ 52.219-7 Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ Alternate 1 (Oct 1995) of 52.219-7 (7) X 52.219-8 Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637 (d)(2) and (3)). (8) __ 52.219-9 Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4)). (9) __ 52.219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (10) __ 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ Alternate I (June 2003) of 52.219-23. (11) __ 52.219-25 Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (12) __ 52.219-26 Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (13) X 52.222-3 Convict Labor (June 2003) (E.O. 11755) (14) X 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126) (15) X 52.222-21 Prohibition of Segregated Facilities (Feb 1999) (16) X 52.222-26 Equal Opportunity (April 2002) (E.O. 11246). (17) X 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (18) X 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (19) X 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (20) __ 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ Alternate I of 52.223-9 (Aug 2000) (42 U.S.C. 6962(i)(2)(C)). (21) X 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a - 10d). (22) X 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act (June 2003) (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ Alternate I (May 2002) of 52.225-3. __ Alternate II (May 2002) of 52.225-3. (23) __ 52.225-5 Trade Agreements (Oct 2003) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (24) __ 52.225-13 Restrictions on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (25) X 52.225-15 Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). (26) __ 52.225-16 Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). (27) __ 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (28) __ 52.232-30 Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (29) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (30) X 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). (31) __ 52.232-36 Payment by Third Party (May 1999) (31 U.S.C. 3332). (32) __ 52.239-1 Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (33) __ 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). __ Alternate I (Apr 1984) of 52.247-64. (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NONE 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 Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments: http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#108955)
 
Record
SN00521819-W 20040214/040212213206 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.