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