|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1998 PSA#2200NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center,
FL 32899 71 -- CLCS MAIN CONSOLE ENCLOSURES SOL RFO10-99-0001 DUE 112598 POC
Jacklyn L. Norman, Contract Specialist, Phone (407)867-7056, Fax
(407)867-1029, Email jacklyn.norman-1@ksc.nasa.gov -- David D. Reeves,
Contracting Officer, Phone (407) 867-3999, Fax (407) 867-1029, Email
David.Reeves-1@ksc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/KSC/date.html#RFO10-99-0001. E-MAIL: Jacklyn
L. Norman, jacklyn.norman-1@ksc.nasa.gov. NASA plans to issue a Request
for Offer (RFO) for Main Console Enclosures for the Checkout and Launch
Control System (CLCS). The Government intends to acquire a Commercial
Item using FAR Part 12. This procurement is being conducted under the
NASA Midrange Pilot Test Program offered by the Office of Federal
Procurement Policy, and the Simplified Acquisition Procedures,
specifically FAR Subpart 13.5 -- Test Program for Certain Commercial
Items. The provisions and clauses in the RFO are those in effect
through FAC 97-07. The Defense Priorities and Allocation System Rating
for this procurement is C-9. THIS IS A SYNOPSIS ONLY THIS IS NOT A
SOLICITATION. THE SOLICITATION AND THE DRAWINGS WITH SPECIFICATIONS
WILL BE RELEASED ON OR ABOUT OCTOBER 26, 1998, WITH AN ANTICIPATED
OFFER DUE DATE ON OR ABOUT NOVEMBER 25, 1998. HARD COPIES OF THE
SOLICITATION AND THE DRAWINGS WITH SPECIFICATIONS MAY BE OBTAINED FROM
THE SOURCE (WHICH IS OTHER THAN THE CONTRACTING OFFICER) SHOWN AT THE
END OF THIS SYNOPSIS. All qualified responsible sources may submit an
Offer which shall be considered by the agency. The Government intends
to award a contract resulting from this solicitation to the
responsible Offeror whose offer represents the best value after
evaluation in accordance with the factors that will be listed in the
solicitation. Offerors are encouraged to submit multiple offers
presenting alternative technical drawings and specifications for
satisfying the requirements of this solicitation. Each offer submitted
will be evaluated separately. The contract will be a Firm Fixed Price
Contract with Indefinite-Quantity Line Items. FAR Clauses 52.232-18
Availability of Funds and 52.232-19 Availability of Funds for the Next
Fiscal Year are applicable to this procurement. This notice is being
issued as a Synopsis for the following: ITEM NO. 1 -- Contractor Shop
Drawing Package, Full-Size, meeting NASA Specifications. Part Numbers
(P/N) 84K04508, 84K04518, 084K04531, 84504550. Qty: 2 each. Delivery
required 14 days after ContractAward. ITEM NO. 2 -- System Engineering
Console (Pre-production Unit) meeting NASA Specifications. P/N
84K04508. Qty: 1 each. Delivery required 60 days after Contract Award.
ITEM NO. 3 -- System Engineering Console Wedge (Pre-production Unit)
meeting NASA Specifications. P/N 84K04531-009. Qty: 1 each. Delivery
required 60 days after Contract Award. ITEM NO. 4 -- System Engineering
Console Extension (Pre-production Unit) meeting NASA Specifications.
P/N 84K04531-010. Qty: 1 each. Delivery required 60 days after Contract
Award. ITEM NO. 5 -- Console Support Module, meeting NASA
Specifications. P/N 84K04518. Qty: 1 each. Delivery required 60 days
after Contract Award. ITEM NO. 6 -- System Engineering Console, meeting
NASA Specifications. P/N 84K04508. Quantity: Minimum 150 each, Maximum
200 each. Delivery to occur incrementally between May 28, 1999, and
June 28, 2001. ITEM NO. 7 -- System Engineering Console Wedge, meeting
NASA Specifications. P/N 84K04531-009. Quantity: Minimum 60 each,
Maximum 100 each. Delivery to occur incrementally between May 28, 1999,
and June 28, 2001. ITEM NO. 8 -- System Engineering Console Extension,
meeting NASA Specifications. P/N 84K04531-010. Quantity: Minimum 135
each, Maximum 185 each. Delivery to occur incrementally between May 28,
1999, and June 28, 2001. ITEM NO. 9 -- Console Support Module, meeting
NASA Specifications. P/N 84K04518. Quantity: Minimum 60 each, Maximum
100 each. Delivery to occur incrementally between May 28, 1999, and
June 28, 2001. PLEASE NOTE THAT ITEM NOS. 6, 7, 8, AND 9 ARE INDEFINITE
QUANTITY ITEMS. Offerors will be asked to submit copies of the Terms
and Conditions of the Commercial Warranty on products that will be
offered. DELIVERY All items are to be delivered FOB Destination, NASA
Kennedy Space Center, Florida. The delivery dates shown above for Item
Nos. 6, 7, 8, & 9 are tentative. SIC Code and Size Standard are 3572
and 1000, respectively. The DPAS rating for this procurement is DO-C9.
NASA Numbered Notes A and B are applicable. Any referenced NASA
numbered notes can be viewed via Internet at
http://genesis.gsfc.nasa.gov/nasanote.html. CBD Note 12 is also
applicable. This note can be viewed via Internet at
http://cbdnet.gpo.gov/num-note.html. The solicitation for this
procurement will be available over the Internet. This document will be
in Microsoft Office Suite (Word 6.0) format and will reside on a World
Wide Web (WWW) server, which may be accessed using a WWW browser
application. The WWW address or URL of the NASA/KSC Business
Opportunities home page is
http://procurement.nasa.gov/EPS/KSC/class.html. It is the Offeror s
responsibility to monitor this site for the release of the Solicitation
and Amendments (if any). Potential Offerors will be responsible for
downloading their own copy of the Solicitation and Amendments (if any).
Hard copies of the Solicitation (reference RFO number) and the Drawings
with Specifications (when they are available) may be obtained from
ATS-PRO, Kennedy Space Center, Florida 32899, Phone No. 407/867-2851 or
FAX No. 407/867-9187. Posted 10/09/98 (D-SN261013). (0282) Loren Data Corp. http://www.ld.com (SYN# 0230 19981014\71-0003.SOL)
71 - Furniture Index Page
|
|