Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

70 -- HIGH FIDELITY PROJECTION FOR CONTROL TOWER SIMULATION II

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA06153065QNCV-Revised
 
Response Due
6/5/2006
 
Archive Date
5/25/2007
 
Description
The combined synopsis/solicitation shown below was posted on April 18, 2006, with Offers Due April 28, 2006. However, the Graphics Resolution and Native Pixel Resolution requirements have changed as reflected in Attachment 1. Also, NASA intends to implement direct projection and eliminate the folding mirror arrangement. Existing fins or dividers prevent the image from spilling over between adjacent flat screens. Setup and installation is now a requirement not an option as reflected in Attachment 2. Installation shall include 12 adjustable platforms for rigid tie-down of the projectors, and which are anchored to the floor. The projectors shall be controllable from the existing Crestron CNMSX-Pro. AS A RESULT OF THE ABOVE CHANGES, SUBMISSION DATES ARE REVISED AS FOLLOWS: All QUESTIONS SHALL BE SUBMITTED BY 2:30 PM Pacific Time MAY 31, 2006. OFFERS ARE DUE BY 12:00 PM Pacific Time JUNE 7, 2006. "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 by NASA Ames Research Center as a Request for Quotations (RFQ) for Thirteen (13) Display Projectors to be used in the NASA Ames Research Center, FutureFlight Central (FFC) Facility. The new equipment will replace existing projectors currently in use. FutureFlight Central is a 360 degree high fidelity visual environment used to simulate the look and feel of an actual air traffic control tower or display other panoramic scene data. The FFC is easily reconfigurable as a test bed for any mission requiring an airport tower viewing-like capability. FFC is currently equipped with 12 large format screens, joined to form a contiguous projection display. Twelve (12) JVC DILA projectors project the image onto the rear of each screen panel via a folding mirror arrangement. Utilization of the mirrors is not a requirement for this procurement. NASA desires to eliminate the folding mirror arrangement if ?short throw? lens capability is available. See ?Throw Distance? specification in Attachment 1. Existing fins or dividers prevent the image from spilling over between adjacent screens. Offerors shall address and verify technical compliance with each of the Projector requirements and describe in detail and how their proposed equipment meets these listed requirements. The specific technical requirements for this RFQ are attached to this announcement as FFC Projector Requirements (Attach 1) and RFQ Pricing Template (Attach 2). The offeror is responsible for reviewing these documents before submitting a quotation for this procurement. ***This solicitation and its attachments can be accessed via the Internet at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=21 The provisions and clauses in the RFQ are those in effect through FAC 05-08. The NAICS Code and the small business size standard for this procurement are 334119 and 1,000 employees respectively. 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. All contractual and technical questions must be submitted in writing via e-mail to Naomi.Castillo-Velasquez@nasa.gov or Fax (650) 604-3952 no later than 3:00 PM, Pacific Time, April 20, 2006. Telephone questions will not be accepted. The DPAS rating for this procurement is DO-C9. Offers are due by 2:00 PM Pacific Time, April 28, 2006, Attn: Naomi Castillo-Velasquez, via Email: Naomi.Castillo-Velasquez@nasa.gov or Fax: (650) 604-3952. Offers must include: (a) solicitation number; (b) FOB Destination Moffett Field, CA; (c) Time of Delivery; (d) Discount/Payment Terms; (e) Product Warranty and Duration; (f) Taxpayer Identification Number (TIN); (g) Identification of any special commercial terms; (h) 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 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. The Federal Acquisition Regulations (FAR) may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NASA FAR (NFS) may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (SEP 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-2, 52.225-13, 52.232-34. The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman, (Insert: Lewis Braxton (650)604-5068); NFS 1852.223-72, Safety and Health (Short Form) (April 2002; NFS 1852.237-73, Release of Sensitive Information (June 2005). The Government will evaluate offers for award purposes by adding the price of the option to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (SEE FAR 52.217-4, Evaluation of Options Exercised at Time of Award). Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Warranty, Delivery, and Maintenance, shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. Offerors may also enter their representations at the Online Representations and Certifications Application (ORCA) website: https://orca.bpn.gov/. Offerors must be currently registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at: http://www.ccr.gov Offerors must submit a completed ACH form with their quotation, with their firm's banking information for the electronic funds transfer (EFT) of any future invoice payment. An ACH form is available at: http://www.fms.treas.gov/pdf/3881.pdf All successful offerors must file a 2005 VETS-100 Report with the US Department of Labor at: http://vets100.cudenver.edu/ 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=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below."
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#120393)
 
Record
SN01057720-W 20060527/060525221755 (fbodaily.com)
 
Source
FedBizOpps 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.