Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

70 -- SOLE SOURCE, CARLO GAVAZZI COMPUTING SYSTEMS., BROCKTON, MA, 509 SERIES VME ENCLOSURE, PN: 5099SSPBPRC-100

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK06LB46P
 
Response Due
8/10/2006
 
Archive Date
8/4/2007
 
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for: 1. Part number 5099SSPBPRC-100, VME Enclosure 509 Series. Last item. Carlo Gavazzi Computing Solutions, Inc. is the developer, manufacturer and distributor of the Series 509 VME Chassis that is currently used by the Communication & Telemetry Branch (VA-E1) of the Launch Services directorate within the Telemetry Systems. Facilities within the NASA KSC Hangar AE Building and Vandenberg Air Force Base (VAFB) in California have established systems using the VME Chassis. Given the mission critical importance of the VA-E1?s unique telemetry hardware, VA-E1 personnel must work to maintain the proper functionality of each system that the organization currently employs by maintaining a fleet of spare replacement parts for vital processing components such as the Series 509 VME Chassis. Pursuant to FAR 13.106-1 (b) and 13.106-3(b)(3)(i), the acquisition of the VME Chassis has been determined to be available from only one responsible source: Carlo Gavazzi Computing Solutions, Inc. This determination was made after extensive market research of the internet for alternative supplies yielded no other competitive suppliers of the requested product which would be compatible with the VA-E1?s pre-existing communications and telemetry architecture. The VA-E1 currently maintains a stock of spare parts to support the Series 509 VME Chassis, maintaining spare parts for each different VME Chassis at both East Coast and West Coast facilities would be undesirable from an operations view point, due to increased opportunity for part and system failure, but in addition, supporting different VME Chassis would not be cost effective for the Government. The provisions and clauses in the RFQ are those in effect through FAC 2005-11 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 334111, 1000 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. Delivery to Kennedy Space Center, Florida is required within 9 weeks ARO. Delivery shall be FOB Destination. Please indicate delivery date in your response. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by 10 August, 2006, 2:00 PM (EST) to NASA-KSC, Attn: Janice M. Nieves, OP-LS, KSC, FL 32899 and must include, solicitation number, FOB destination to KSC, 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 shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. 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. FAR 52.212-4 (September 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 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: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). XX 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). XX 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). XX 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). XX 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s., proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). XX 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 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 All contractual and technical questions must be in writing (e-mail) to Janice M. Nieves not later than 9 August, 2006, 10:00AM (EST). Telephone questions will not be accepted. 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. 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. 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). 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=76#121583)
 
Record
SN01107348-W 20060806/060804223214 (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.