SOLICITATION NOTICE
59 -- AGILENT POWER SUPPLIES ELECTRONIC LOADS AND FREQUENCY COUNTER
- Notice Date
- 9/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- NNJ10357528Q
- Response Due
- 9/23/2010
- Archive Date
- 9/16/2011
- Point of Contact
- Perry L. Mueller, Contract Specialist, Phone 281-483-7158, Fax 281-244-0995, Email perry.l.mueller@nasa.gov
- E-Mail Address
-
Perry L. Mueller
(perry.l.mueller@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 Agilent Power Supplieslisted on the attached page at: http://procurement.jsc.nasa.gov/NNJ10357528Q/NNJ10357528Q.xls The provisions and clauses in the RFQ are those in effect through FAC 2005-44.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 423690 and100 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Johnson Space Center, 2101 NASA Parkway, Bldg. 421, Houston, TX 77058-3696 is required within 11 weeks ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 12:00 p.m. local time on September 23,2010 to perry.l.mueller@nasa.gov and must include, solicitation number, FOB destinationto this Center, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors mayuse the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form foundat URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-7, 52.219-28, 52.222-3, 52.222-19, 52.222-21,52.222-26, 52.222-36, 52.225-1, 52.225-2, 52.225-13, 52.232-33, 1852.215-84.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Existing Agilent DC Power Supplies, Loads, and Frequency Counters are used for testingand evaluation of the current electronic systems. If another manufacturer is selected,the capability of paralleling power supplies or loads for additional voltage and/orcurrent will not be available. In addition equipment from another manufacturer would notbe compatible with existing Agilent cables, probes, software and peripheral devices,therefore, parts manufactured by Agilent are required. All contractual and technical questions must be in writing (e-mail or fax) to Perry L.Mueller not later thanSeptember 21, 2010. Telephone questions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror,with acceptable past performance. Technical acceptability will be determined by reviewof information submitted by the offeror which must provide a description in sufficientdetail to show that the product offered meets the Government's requirement.Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. 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=73.Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10357528Q/listing.html)
- Record
- SN02284855-W 20100918/100916235853-1a6abfce1e19a999b7dea8920b9bd753 (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 |