|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1998 PSA#2027NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center,
FL 32899 70 -- COMPUTERS, CABLES, SOFTWARE SOL RFO10-98-0026 DUE 020698 POC
Leon G. Wichmann, Contract Specialist, Phone (407)867-4199, Fax
(407)867-1029, Email Leon.Wichmann-1@ksc.nasa.gov -- Susan J. Wall,
Contracting Officer, Phone (407) 867-4408, Fax (407) 867-1029, Email
Susan.Wall-1@ksc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/KSC/date.html#RFO10-98-0026. 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 Heurikon Corporation, the
only known source for this procurement. This notice is being issued as
a Request for Offers (RFO) for the following: ITEM NO. 1 Heurikon
Corporation Model Baja47E-175-256MB, SBC with R4700 Processor, 256 MB
DRAM, 1 MB Flash EPROM. Quantity: 2 each ITEM NO. 2 Heurikon
Corporation Part No. 308A008-48 RS-232 Port A Cable, RJ-45 connector to
one DB25 female connector. Quantity: 2 each ITEM NO. 3 Heurikon
Corporation Part No. 314 A002-12 RS-232 Port B Cable, 14-Pin header
connector to one DB25 female connector. Quantity: 2 each ITEM NO. 4
Heurikon Corporation Part No. 1529002 Ethernet cable, RJ45 to RJ45, 4
feet. Quantity: 2 each ITEM NO. 5 Heurikon Corporation Part No. VXTG,
5.3, BootROM, Baja4700, VxWorks Boot ROM for 5.3. Quantity: 2 each
DELIVERY -- The above items are required to be delivered FOB
Destination to NASA, Kennedy Space Center, Florida. Delivery of all
items are required 3 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 FAC 97-03. 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
February 6, 1998 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 asrequired
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 and all of paragraph (C). 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. 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. (0034) Loren Data Corp. http://www.ld.com (SYN# 0388 19980206\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|