SOLICITATION NOTICE
59 -- ICONIX CAMERA SYSTEM
- Notice Date
- 2/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC09279038Q
- Response Due
- 2/17/2009
- Archive Date
- 2/2/2010
- Point of Contact
- Joan V Haug, Purchasing Agent, Phone 216-433-3503, Fax 216-433-2480, />
- E-Mail Address
-
joan.v.haug@nasa.gov<br
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ)for the following items withdescriptions, quantities, and part numbers: (2) EA ICONIX HD-RH1 MINIATURE CAMERA HEAD MFG PART #HEAD-RH1 (20101)(2) EA ICONIX VIDEO HD-RH1F CCU FIBER-OPTIC READY/REG MFG PART #CCU-RH1F (1) EA ICONIX RCP-160 REMOTE CONTROL/REG MFG PART #RCP-160 (101009)(2) EA ICONIX POWER SUPPLY FOR HD-RH1 MFG PART #PS-12V40W-CLA (380005)(2) EA ICONIX VIDEO STUDIO2K CABLE HEAD, 10M MFG. PART #CBL-RH-10 (205014)(1) EA FUJINON 4mm f/2.2 C-MOUNT LENS FOR 1/3" CCD MFG. PART #TF4DA8(1) EA FUJINON 8mm f/2.2 C-MOUNT LENS FOR 1/3" CCD MFG. PART #TF8DA8B(1) EA FUJINON 15mm f/2.2 C-MOUNT LENS FOR 1/3" CCD MFG. PART #TF15DA8(1) EA FUJINON 25mm f/2.2 C-MOUNT LENS FOR 1/3" CCD MFG. PART #TF25DA8BThis solicitation is being sole sourced to ICONIX as the manufacturer since this camerasystem is the only one that can meet all the requirements that allows it to fit into thetight space available in the cockpit of the aircraft. All authorized dealers of IconixVideo are encouraged to submit a proposal. Award shall be made on an "all or none"basis. The provisions and clauses are those in effect through FAC 2005-28.The NAICS Code and the small business size standard for this procurement are 334310 and750 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery will be to NASA Glenn Research Center, 21000 Brookpark Rd., Bldg 21, Receiving,21000 Brookpark Rd., Cleveland OH 44135-3127 and shall be FOB Destination. Offers for the items(s) described above are due by February 17, 2009 by 4:30 p.m. EST. toJoan V. Haug, by mail at 21000, Brookpark Rd., Cleveland, OH. 44135 Mail Stop 500-305, byfax at 216-433-5489 or e-mail at joan.v.haug@nasa.gov. and must include solicitationnumber, FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. Offerors may use their own company quotation letterhead or the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tmlOfferors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing (e-mail, joan.v.haug@nasa.govor fax (216-433-5489) to Joan V. Haug not later than January 13, 2009. Selection and award will be made to that offeror whose offer will be most advantageous tothe government with consideration given to the factors of proposed technical merit,price, delivery and past performance.Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=01a839ee5734feae5699018d2ba23694&tab=core&_cview=1)
- Record
- SN01741953-W 20090204/090202214550-01a839ee5734feae5699018d2ba23694 (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 |