|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1999 PSA#2431NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 58 -- S5XLB TENNELEC XLB SERIES 5 ALPHA/BETA COUNTING SYSTEM SOL
RFO3-134310 DUE 092799 POC Gloria J. Rhyner, Contract Specialist, Phone
(216) 433-2794, Fax (216) 433-5489, Email Gloria.J.Rhyner@grc.nasa.gov
WEB: Click here for the latest information about this notice,
http://nais.nasa.gov/EPS/GRC/date.html#RFO3-134310. E-MAIL: Gloria J.
Rhyner, Gloria.J.Rhyner@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). S5XLB Tennelec XLB
Series 5 Alpha/Beta Counting System, or equal, one (1) system. The
salient characteristics are as follows: High Performance Automatic
LowBackground Alpha/Beta System, S5XLB 50 Sample Platform, S5-GAS Gas
Stat conservation & monitoring system, S5-L4SHIELD L4 Xtra virgin lead
shield, S5-CART Mobile cart, S5-ARM Articulating monitor support,
S5-KBD Keyboard drawer & mouse support, HP-PC HP Vectra VL Series 8
Minitower with minimum features of: PII 350 MHz CPU, 64 MB RAM, 512KB
Cache, 4.3 GB HD, 32X CD ROM, 1.44 FD, HP 15" monitor, HP-S5 Software
Package, Eclipse-LB Software YK2 compliant, Microsoft Windows 95,
LB-CREPORT-STD Crystal Reports, PCAnywhere 32, Data/Fax Modem,
Microsoft Access 97, GPIB IEEE Interface, LP-2 Printer, LB-DB Advanced
database access module, LB-SUPPORT-03 REMOTE-LINK, remote
communication technical & application support program for first 3
months, System integration & test, S5-INSTALL On-site installation and
operator familiarization. Three(3) day on-site Eclipse Training for up
to six students including all expenses associated with the training, 1
job. The provisions and clauses in the RFQ are those in effect through
FAC 97-13. 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 to NASA Glenn Research
Center, 21000 Brookpark Road, Building 21, Cleveland, OH 44135 is
required within 60 days ARO. Delivery shall be FOB Destination. The
DPAS rating for this procurement is DO-C9. Quotations for the items(s)
described above are due by September 27, 1999, at 4:30 PM EDST and may
be mailed or faxed to Gloria J. Rhyner, 21000 Brookpark Road, Mail Stop
500-306, Cleveland, OH 44135 Fax (216) 433-5489 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. Addenda
to FAR 52.212-1 are as follows: NFS 1811.104-70 Brand Name or Equal.
Offerors shall include the Manufacturer's Name, Brand Name and Number
that is being offeredincluding descriptive material for evaluation. 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. Addenda to FAR 52.212-4 are as follows: None. FAR 52.212-5
is applicable. Applicable clauses are incorporated by reference.
Questions regarding this acquisition must be submitted in writing no
later than September 21, 1999. 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. Unless otherwise stated in the solicitation, for selection
purposes, technical, price and past performance are essentially equal
in importance. It is critical that offerors provide adequate detail to
allow evaluation of their offer (see FAR 52.212-1(b). See NFS
1811.104-70 Brand Name or Equal. 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). Posted 09/10/99
(D-SN379008). (0253) Loren Data Corp. http://www.ld.com (SYN# 0251 19990914\58-0004.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|