|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1997 PSA#1965NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 70 -- IMMERSIVE WORKBENCH SYSTEM SOL RFQ2-36833-JLW DUE 111397 POC
Jill Willard, Contracting Officer, Phone (650) 604-3007, Fax (650)
604-4646, Email jwillard@mail.arc.nasa.gov WEB: Click here for the
latest information about this notice,
http://procurement.nasa.gov/EPS/ARC/date.html#RFQ2-36833-JLW. E-MAIL:
Jill Willard, jwillard@mail.arc.nasa.gov. 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; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP), FAR Subpart 13.6,
Test Program for Certain Commercial Items. This notice is being issued
as a Request for Quotation (RFQ) for the following items: (1) one
IWB-95 System -- Immersion System with a projected-image table
(Immersive tracker); (2) one set of VLIB-SGI software library; (3) one
set of Duo-Dynamic (software and hardware bundle); and (4) one year of
hardware and software maintenance for items (1) through (3). This
system must support the Virtual Wind Tunnel and Data Visualization
software utilized by the Aeronautics Design/Test Environment and DARWIN
projects. NASA Ames Research Center intends to purchase these items
from Fakespace, Inc., Mountain View, CA, on a sole source basis
according to FAR Subpart 6.302-1 and 10 USC 2304(c)(1). The provisions
and clauses in the RFQ are those in effect through FAC 97-02. This
procurement is a total small business set-aside. See Note 1. The SIC
code and the small business size standard for this procurement are 3577
and 1000, respectively. The quoter shall state in their quotation their
size status for this procurement. All qualified responsible business
sources may submit a quotation which shall be considered by the agency.
Delivery to NASA Ames Research Center is required within 90 days ARO.
Delivery shall be FOB Destination. The DPAS rating for this procurement
is DO-C9. Quotations for the items(s) described above may be mailed or
faxed to the identified point of contact by the date specified and
include, solicitation number, FOB destination to this Center, proposed
delivery schedule, discount/payment terms, warranty duration (if
applicable), taxpayeridentification number (TIN), identification of any
special commercial terms, and be signed by an authorized company
representative. Quoters are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at Internet
URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to
submit a quotation. Quoters shall provide the information required by
FAR 52.212-1. It is critical that quoters provide adequate detail to
allow evaluation of their offer (see FAR 52.212-1(b)). Addenda to FAR
52.212-1 are as follows: If other than the brand name identified is
quoted, then the quoter shall indicate the manufacturer, brand, and
model/part number quoted and provide a description in sufficient detail
to show that the product quoted meets the specifications and brand name
identified in this notice. If the end product(s) quoted is other than
domestic end product(s) as defined in the clause entitled "Buy American
Act -- Supplies," the quoter shall so state and shall list the country
of origin. FAR 52.212-2 is applicable. The Government will award a
contract resulting from this solicitation to the responsible quoter
whose quotation conforms to the solicitation and will be most
advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate quotes: technical
acceptability, price, and past performance. Technical acceptability
will be determined by information submitted by the quoter providing a
description in sufficient detail to show that the product quoted meets
the Government's requirement. Technical acceptability and past
performance, when combined, are significantly more important than price
with regards to this award. The Representations and Certifications
required by FAR 52.2l2-3 may be obtained via the internet at URL:
ftp://procure.msfc.nasa.gov/pub/reps_certs/sats. FAR 52.212-4 is
applicable. Addenda to FAR 52.212-4 are as follows: 52.232-33,
52.247-34 and NFS 1852.227-86. FAR 52.212-5 is applicable with
theexception of 52.219-9, 52.225-9, 52.225-21, Alternate I of
52.225-21, 52.239-1, 52.247-64, 52.222-41, 52.222-42, 52.222-43,
52.222-44, and 52.222-47. Questions regarding this acquisition must be
submitted in writing no later than November 6, 1997. Quotations are
due by close of business November 13, 1997 to the address and
identified point of contact specified. Quoters must provide copies of
the provision at 52.212-3, Offeror Representation and Certifications --
Commercial Items with their quote. See above for where to obtain copies
of the form via the Internet. An ombudsman has been appointed -- See
Internet Note "B". Prospective quoters shall notify this office of
their intent to submit a quotation. It is the quoter's responsibility
to monitor this site for the release of amendments (if any). Potential
quoters will be responsible for downloading their own copy of this
combination synopsis/solicitation and amendments (if any). Hard copies
may be obtained from the identified point of contact; however, the
closing date is as stated in this combination synopsis/solicitation,
inclusive of any amendments. Any referenced notes can be viewed at the
following Internet URL: http://genesis.gsfc.nasa.gov/nnotes.htm.
(0304) Loren Data Corp. http://www.ld.com (SYN# 0311 19971104\70-0006.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|