|
COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1999 PSA#2384NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 66 -- CURING SYSTEM SOL 3-127075 DUE 072199 POC Carol K. Sharp,
Contracting Officer, Phone (216) 433-2771, Fax (216) 433-2480, Email
Carol.K.Sharp@grc.nasa.gov WEB: Click here for the latest information
about this notice, http://nais.nasa.gov/EPS/GRC/date.html#3-127075.
E-MAIL: Carol K. Sharp, Carol.K.Sharp@grc.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). UV Curing
System for Polymers, qty. 1 ea. The unit shall be equipped with 1 or
more lamps having emission spectra primarily in the ultraviolet. the
specific wavelength region desired is between 300 and 400nm. However,
the unit shall be capable of interchanging lamps to produce other
regions of the ultraviolet/visible spectrum as well as "tuning" in
wavelength regions through the use of optical filters. Total
irradiation power should be at least 150 watt/cm. Thermal output from
these lamps shall be controlled such that the temperature of the sample
undergoing irradiation does not exceed 150 degrees F. The unit shall
have the capability of irradiating samples in both air and in inert
atmospheres, such as nitrogen. The unit shall be equipped with a
conveyor belt system to carry samples into and out of the irradiation
area. The speed of the conveyor belt shall be adjustable with speeds
ranging from 0 to at least 60 feet/minute. the conveyor belt shall be
capable of accepting samples up to 10" long, 10" wide and 1/4" in
thickness. The unit shall be equipped with a timer that controls
irradiation times. The provisions and clauses in the RFQ are those in
effect through FAC 97-11. The SIC code and the small business size
standard for this procurement are 3599 and 500, respectively. REVENUE
OR NUMBER OF 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 to Glenn Research Center is required No later than September
17, 1999 Delivery shall be FOB Destination. The DPAS rating for this
procurement is DO-C9. Quotations for the items(s) described above are
due by July 21, 1999, and may be mailed or faxed to Carol K. Sharp,
NASA/GRC 21000 Brookpark Road, Mail Stop 500-306, Cleveland, OH 44135,
FAX 216-433-2480 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
form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to
submit a quotation. Quoters shall provide the information required by
FAR 52.212-1. 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. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items. Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items (May 1999) (a) The
Contractor agrees to comply with the following FAR clauses, which are
incorporated in this contract by reference, to implement provisions of
law or executive orders applicable to acquisitions of commercial
items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3,
Protest after Award (31 U.S.C 3553). (b) The Contractor agrees to
comply with the FAR clauses in this paragraph (b) which the contracting
officer has indicated as being incorporated in this contract by
reference to implement provisions of law or executive orders applicable
to acquisitions of commercial items or components: ___ (1) 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of
Total HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4,
Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (Jan 1999) (if the offeror elects to waive the preference, it
shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small
Business Set-Aside (Pub. L. 103-403, section 304, Small Business
Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to
52.219-5. ___ (iii) Alternate II to 52.219-5. ___ (5) 52.219-8,
Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)).
___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C.
637(d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C.
637(a)(14)). ___ (8)(i) 52.219-23, Notice of Price Evaluation
Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355,
section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the
adjustment, it shall so indicate in its offer). (ii)___ Alternate I of
52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business
Participation Program -- Disadvantaged Status and Reporting (Pub. L.
103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small
Disadvantaged Business Participation Program -- Incentive
Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___
(11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) __x_
(12) 52.222-26, Equal Opportunity (E.O. 11246). __x_ (13) 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era (38 U.S.C. 4212). ___ (14) 52.222-36, Affirmative Action for
Workers with Disabilities (29 U.S.C. 793). __x_ (15) 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
(38 U.S.C. 4212). __x_ (16) 52.225-3, Buy American Act -- Supplies (41
U.S.C. 10). ___ (17) 52.225-9, Buy American Act -- Trade Agreements
Act -- Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582).
___ (18) [Reserved] ___ (19) 52.225-18, European Union Sanction for End
Products (E.O. 12849). ___ (20) 52.225-19, European Union Sanction for
Services (E.O. 12849). ___ (21)(i) 52.225-21, Buy American Act --
North American Free Trade Agreement Implementation Act -- Balance of
Payments Program (41 U.S.C. 10, Pub. L. 103-187). ___ (ii) Alternate I
of 52.225-21. _x__ (22) 52.232-33, Payment by Electronic Funds
Transfer -- Central Contractor Registration (31 U.S.C. 3332). ___ (23)
52.232-34, Payment by Electronic Funds Transfer -- Other than Central
Contractor Registration (31 U.S.C. 3332). ___ (24) 52.232-36, Payment
by Third Party (31 U.S.C. 3332). ___ (25) 52.239-1, Privacy or
Security Safeguards (5 U.S.C. 552a). __x_ (26) 52.247-64, Preference
for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c)
The Contractor agrees to comply with the FAR clauses in this paragraph
(c), applicable to commercial services, which the Contracting Officer
has indicated as being incorporated in this contract by reference to
implement provisions of law or executive orders applicable to
acquisitions of commercial items or components: ___ (1) 52.222-41,
Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). ___
(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29
U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor
Standards Act and Service Contract Act -- Price Adjustment (Multiple
Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act
-- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5)
52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to
Successor Contract Pursuant to Predecessor Contractor Collective
Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller
General Examination of Record. The Contractor agrees to comply with the
provisions of this paragraph(d) if this contract was awarded using
other than sealed bid, is in excess of the simplified acquisition
threshold, and does not contain the clause at 52.215-2, Audit and
Records -- Negotiation. (1) The Comptroller General of the United
States, or an authorized representative of the Comptroller General,
shall have access to and right to examine any of the Contractor's
directly pertinent records involving transactions related to this
contract. (2) The Contractor shall make available at its offices at all
reasonable times the records, materials, and other evidence for
examination, audit, or reproduction, until 3 years after final payment
under this contract or for any shorter period specified in FAR Subpart
4.7, Contractor Records Retention, of the other clauses of this
contract. If this contract is completely or partially terminated, the
records relating to the work terminated shall be made available for 3
years after any resulting final termination settlement. Records
relating to appeals under the disputes clause or to litigation or the
settlement of claims arising under or relating to this contract shall
be made available until such appeals, litigation, or claims are finally
resolved. (3) As used in this clause, records include books, documents,
accounting procedures and practices, and other data, regardless of type
and regardless of form. This does not require the Contractor to create
or maintain any record that the Contractor does not maintain in the
ordinary course of business or pursuant to a provision of law. (e)
Notwithstanding the requirements of the clauses in paragraphs (a), (b),
(c) or (d) of this clause, the Contractor is not required to include
any FAR clause, other than those listed below (and as may be required
by an addenda to this paragraph to establish the reasonableness of
prices under Part 15), in a subcontract for commercial items or
commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246);
(2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of
the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for
Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64,
Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C.
1241) (flow down not required for subcontracts awarded beginning May
1, 1996). Questions regarding this acquisition must be submitted in
writing no later than July 26, 1999. Selection and award will be made
to the lowest priced, technically acceptable quoter. Technical
acceptability will be determined by information submitted by the quoter
providing a description in sufficient detail to show that the product
quoted meets the Government's requirement. Quoters must provide copies
of the provision at 52.212-3, Offeror Representation and
Certifications -- Commercial Items with their quote. See above for
where to obtain copies of the form via the Internet. [ An ombudsman has
been appointed -- See Internet Note "B". It is the quoter's
responsibility to monitor the following Internet site for the release
of amendments(if any): http://procurement.nasa.gov/EPS/GRC/class.html
Potential quoters will be responsible for downloading their own copy of
this combination synopsis/solicitation and amendments (if any). Any
referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/07/99
(D-SN350981). (0188) Loren Data Corp. http://www.ld.com (SYN# 0327 19990709\66-0010.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|