Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1997 PSA#1970

NASA/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