|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center,
FL 32899 U -- CONTROLSHELL SOFTWARE ENGINEERING SERVICES AND REPORT SOL
10-98-0042 DUE 052098 POC Jacklyn L. Norman, Contract Specialist, Phone
(407)867-7056, Fax (407)867-1029, Email jacklyn.norman-1@ksc.nasa.gov
WEB: Click here for the latest information about this notice,
http://nais.nasa.gov/EPS/KSC/date.html#10-98-0042. E-MAIL: Jacklyn L.
Norman, jacklyn.norman-1@ksc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial services and items prepared in
accordance with the format in 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 Real-Time
Innovations, Inc. Real-Time Innovations, Inc. is the only known source
that can meet the minimum requirements of the Government. This notice
is being issued as a Request for Offer (RFO) for the following: ITEM
NO. 1 -- The Contractor shall provide Software Engineering Services at
NASA, Kennedy Space Center, Florida, to assist in the usage of
ControlShell as a development tool for the Checkout and Launch Control
System (CLCS). The Contractor shall provide a report to the CLCS
project. Price to include Software Engineering Services for two hundred
(200) hours during a five (5) month period, along with all expenses.
Quantity: 1 lot. This will be a Firm Fixed Price -- Not-To-Exceed
procurement. FAR 52.213-3 is applicable. DELIVERY -- Delivery shall be
FOB Destination. PLACE OF PERFORMANCE: NASA, Kennedy Space Center,
Florida. PERIOD OF PERFORMANCE -- July 13, 1998, through December 11,
1998. DELIVERY DATE of the Report shall be December 23, 1998. The
Defense Priorities and Allocations System Rating for this procurement
is C-9. This procurement is being conducted under the NASA Midrange
Pilot Test Program offered by the Office of Federal Procurement Policy.
The FAR provisions and clauses in this RFO are those in effect through
FAC 97-04. If the end product 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 size standard for this procurement are 7379 and $18 million,
respectively. The Offeror shall state in their offer their size status
for this procurement. All qualified responsible 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 meets the Government s
requirements. Questions regarding this acquisition must be submitted in
writing to Jacklyn L. Norman by fax to 407/867-1029 or Internet e-mail
to jacklyn.norman-1@ksc.nasa.gov. Offers (including FAR 52.212-3
Offeror Representations and Certifications -- Commercial Items) are due
by close of business May 20, 1998, to the identified office. Offerors
must include completed copies of the provision FAR 52.212-3 Offeror
Representations and Certifications -- Commercial Items with their
offer. These may be obtained via Internet at this Internet address:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/. These
representations and certifications will be incorporated by reference in
any resultant contract. Offerors shall provide the information required
by FAR 52.212-1. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable
and the following identified clauses are incorporated by reference:
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.225-18.
FAR 52.213-3 is applicable. All FAR and NFS Clauses and Provisions may
be obtained via Internet at http://procurement.nasa.gov/FAR/ . Offers
for the items(s) described above may be mailed or faxed by the
date/time specified above and to the identified point of contact.
Offers shall 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 to be signed by an
authorized company representative. It is the Offeror's responsibility
to monitor this site for the release of amendments (if any).
PotentialOfferors 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 NASA numbered note B. Any NASA referenced
numbered note can be viewed via Internet at:
http://genesis.gsfc.nasa.gov/nasanote.html . Any CBD referenced
numbered note can be viewed via Internet at:
http://cbdnet.access.gpo.gov/num-note.html . (0135) Loren Data Corp. http://www.ld.com (SYN# 0096 19980520\U-0001.SOL)
U - Education and Training Services Index Page
|
|