Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1999 PSA#2379

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

58 -- REPLACEMENT PANASONIC ACQUISITION DATA SYSTEM SOL 1-168-DCM.1332 DUE 070699 POC Kimberly D. Duncan, Contracting Officer, Phone (757) 864-3566, Fax (757) 864-8863, Email k.d.duncan@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-168-DCM.1332. E-MAIL: Kimberly D. Duncan, k.d.duncan@larc.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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/LaRC intend to purchase only Panasonic products in accordance with 10 U.S.C. 2304)(1), no other supplies or services will satisfy agency needs. NASA Langley Research Center's dynamic model data acquisition system in the 20-Foot Vertical Spin Tunnel was designed around Panasonic analog disk records that use the Panasonic Optical and Medical Data Recorder (OMDR) RS-232 communications protocols. This protocol allows the host workstation to communicated with and control the recorders. Therefore, units supplied by another manufacturer would not be compatible with our system without extensive modifications of proprietary data acquisition software. Panasonic LQD-5500 video recorders (new units)-2 each; Panasonic LQD-5500 Digital disc recorders ("B" Stock Demo units)-2 each; Panasonic LQ-YA232 RS-232C Interface Cards -- 4 each; Panasonic LM-R-13000 12-inch phase change re-recordable discs-4 each. Each unit must come equipped with a LQ-RC550 wired remote control and must have 1-year parts and labor warranty(including "B" stock). The provisions and clauses in the RFQ are those in effect through FAC 97-11. The full text of provisions and clauses may be accessed electronically at these address(es): http://www.arnet.gov/far/ http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The SIC code and the small business size standard for this procurement are 3829 and 500 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact by the date/time specified 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items to submit a quotation. The form can be found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html FAR 52.212-1 is applicable. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: 52.252-5, 52.214-34, 52.214-35. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. Please note that payments are to be made by electronic funds transfer, accordingly, you must provide the information for electronic funds transfer. Failure to provide this information may delay or prevent the receipt of payments through the Automated Clearinghouse Payment System. Refer to para.(i) of FAR 52.212-4. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://aim5msfc.msfc.nasa.gov/sdgs/KFT/FT212.03G FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 1852.215-84, 52.211-17, 52.223-3, 52.227-14, 52.227-19, 1852.225-73, 1852.245-72. YEAR 2000 COMPLIANCE (May 1998) [Applicable to IT purchase only] (a) "Year 2000 compliant," as used in this clause, means that the information technology (hardware, software and firmware, including embedded systems or any other electro-mechanical or processor-based systems used in accordance with its associated documentation) accurately processes date and date-related data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology (IT), used in combination with the information technology being acquired, properly exchanges date and date-related data with it. (b) Any IT provided and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the Contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance, consisting of : standard product literature or test reports. (c) The Contractor warrants that any IT items or services provided under this contract that involve the processing of date and date-related data are Year 2000 compliant. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. (d) The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or services whose non-compliance is discovered and made known to the Contractor in writing within 90 days after acceptance. In addition, all the other terms and limitations of the Contractor's standard commercial warranty or warranties shall be available to the Government for the IT items or services acquired under this contract. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-21, 52.239-1. Questions regarding this acquisition must be submitted in writing no later than June 30, 1999. Quotations are due by 4:30 p.m., local time, July 6, 1999, to the address specified above. FAR 52.212-2 is applicable as follows: Selection and award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. It is critical that offerors provide adequate detail to allow evaluation of each offer (see FAR 52.212-1(b). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1999) with their offer. These representations and certifications will be incorporated by reference in any resultant purchase order. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) __ Any referenced notes can be viewed at the following URLs: http://cbdnet.access.gpo.gov/num-note.html and http://genesis.gsfc.nasa.gov/nasanote.html Posted 06/29/99 (D-SN348390). (0180)

Loren Data Corp. http://www.ld.com (SYN# 0305 19990701\58-0010.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page