Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2014 FBO #4526
SOLICITATION NOTICE

66 -- UPGRADE DATAMAX DATA ACQUISITION UNITS

Notice Date
4/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC14504071Q
 
Response Due
4/23/2014
 
Archive Date
4/14/2015
 
Point of Contact
Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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; UPGRADE TO EXISTING RC ELECTRONICS DATAMAX DATA ACQUISITION UNITS.TWO SEPARATE UNITS. NOTE: IT NEEDS TO HAVE ADDITIONAL HARDWARE SO IT CAN BE SYNCHRONIZED WITH OTHER DATAMAX UNITS ALREADY BEING UTILIZED AND NEEDS MORE CHANNELS AND STORAGE CAPABILITY. 1.6 EACH DTX-890 8-CHANNEL INPUT MODULES 2.1 JOB DTX-CAL40 (2) SERVICES OF CALIBRATION OF TWO 40 CHANNEL SYSTEMS 3.1 EACH DTX-GT/SYNC MULTI.RECORDER SYNC W/REMOTE 4.1 EACH DTX-480G/U SOLID STATE HARD DRIVE 5.1 JOB 800277 SOFTWARE, WINDOW XP OPERATING SYSTEM FOR COMPATIBILITY. Data Acquistion System Requirements 1.Synchronization with Datamax DTX-9R and/or Datamax DTX-15R Data Acquisition systems. 2.200 kHz sample rate 3.90 kHz Bandwidth 4.At least 40 channels 5.10/100/1000 baseT Ethernet connection 6.Microsoft Windows XP Operating System 7.2.8 Ghz Intel Pentium CPU The provisions and clauses in the RFQ are those in effect through FAC 2005-72 http://nais.nasa.gov/far/. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334516 / 500 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 NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD,CLEVELAND OHIO 44135, is required. Delivery shall be FOB Destination. Offers for the items(s) described above are due by APRIL 23RD, 2014 to De Viancourt- E-mail: Dorothy.E.Viancourt@nasa.gov, and must include, solicitation number, FOB destination to this Center, 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 are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 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 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: NONE 52.222-50 (With ALT I) COMBATING TRAFFICKING IN PERSONS 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACTOR AWARDS 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.209-10 PROHIBITION OF CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.222-3 CONVICT LABOR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-21 PROHIBITION OF SEGREGATED FACILITIES 52.222-26 EQUAL OPPORTUNITY 52.222-35 EQUAL OPPORTUNITY VETERANS 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-1 BUY AMERICAN ACT--SUPPLIES 52.225-3 BUY AMERICAN ACT--FREE TRADE AGREEMENTSISRAELI TRADE ACT 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFERSYSTEM FOR AWARD MANAGEMENT The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to De Viancourt not later than APRIL 18TH, 2014, BY NOON. 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. Other critical requirements: MOST BE AN ABSOLUTE COMPATIABLE FIT/MATCH TO THE UNITS IN PLACE NOW. 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 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14504071Q/listing.html)
 
Record
SN03338042-W 20140416/140414234711-e9e21c724694a8a5be452fa99c4560fc (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.