|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1997 PSA#1970NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center,
FL 32899 59 -- SPACE SHUTTLE LAUNCH DATA BUS INTERFACE AND SPACE SHUTTLE GROUND
DATA BUS INTERFACE BOARDS SOL RFO10-97-0068 DUE 111297 POC Leon G.
Wichmann, Contract Specialist, Phone (407)867-4154, Fax (407)867-1029,
Email Leon.Wichmann-1@ksc.nasa.gov -- Susan J. Wall, Contracting
Officer, Phone (407) 867-4154, Fax (407) 867-1029, Email
Susan.Wall-1@ksc.nasa.gov WEB: Click here for the latest information
about this notice,
http://procurement.nasa.gov/EPS/KSC/date.html#RFO10-97-0068. E-MAIL:
Leon G. Wichmann, Leon.Wichmann-1@ksc.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; offers are being requested and a
written solicitation will not be issued. This is a sole source
procurement and NASA/KSC intends to make a purchase from Western
Avionics, Ltd. Western Avionics, Ltd. is the only known source for this
procurement. This notice is being issued as a Request for Offers (RFO)
for the following: ITEM NO. 1 -- -.Western Avionics, Ltd. Part No.
1U10911G01, Space Shuttle Launch Data Bus Interface and Space Shuttle
Ground Data Bus Interface Boards. Quantity: 6 each. These boards must
support the Launch Data Bus and GSE Data Bus hardware interfaces and
also must be compatible with the existing NASA custom software that was
developed for the Western Avionics, Ltd. Interface Boards. DELIVERY --
The above items are required to be delivered FOB Destination to NASA,
Kennedy Space Center, Florida. Delivery of all items are required 4
weeks after contract award. This procurement is being conducted under
the NASA MidRange Program approved by the Office of Federal Procurement
Policy. The FAR provisions and clauses in the RFO are those in effect
through the July 1997 FAR Reissue. The DPAS rating for this procurement
is DO C-9. 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. The SIC code and the small business size standard for this
procurement are 3571 and 1,000 respectively. The Offeror shall state in
their offer their size status for this procurement. All responsible
business sources may submit an offer which shall be considered by the
agency. Selection and award will be made on an aggregate basis to the
lowest priced, technically acceptable Offeror. Technical acceptability
will be determined by information submitted by the Offeror providing
a description in sufficient detail to show that the product offered
meets the Government's requirement. Questions regarding this
acquisition must be submitted in writing to Leon G. Wichmann by fax to
407/867-1029 or Internet e-mail to leon.wichmann-1@ksc.nasa.gov.
Offers (including FAR 52.212-3 Offeror Representations and
Certifications -- Commercial Items) are due by close of business on
November 12, 1997 to the address and identified point of contact as
specified above. The Offeror shall complete FAR 52.2l2-3 Offeror
Representations and Certifications -- Commercial Items (which may be
obtained via the internet at URL:
ftp://msfcinfo.msfc.nasa.gov/pub/reps_certs/midrange/) and submit it as
part of their offer. Offerors shall provide the information as required
by FAR 52.212-1, FAR 52.212-4, and FAR 52.212-5 with the exception of
the following in paragraph (b): 52.203-6, 52.203-10, 52.219-8,
52.219.9, 52.219-14, 52.225-9, 52.225-19, 52.225-21,52.239-1, and
52.247-64. All FAR Clauses may be obtained via Internet at
http://procurement.nasa.gov/FAR/. Offers for the items(s) described
above may be mailed or faxed to the identified point of contact and
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. Offers are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/acq/Standard Forms/Index.html to submit a
offer. It is the Offeror's responsibility to monitor this site for the
release of amendments (if any). Potential Offerors 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. Facsimile Offers are authorized; however, the
Government shall not assume responsibility for proper transmission.
FACSIMILE OFFERS SHALL BE FOLLOWED BY THE ORIGINALS IN THE MAIL. See
Numbered Note B. Any referenced numbered notes can be viewed via
Internet at http://genesis.gsfc.nasa.gov/nnotes.htm (0311) Loren Data Corp. http://www.ld.com (SYN# 0275 19971112\59-0027.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|