Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,2000 PSA#2512

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

59 -- POWER SUPPLY, HOT PLUG MODULE, 28 VDC OUTPUT AND SYSTEM RACK SOL PR9237-6452 DUE 011100 POC Laura C. Molnar, Contract Specialist, Phone (407) 867-7498, Fax (407) 867-1029, Email laura.molnar-1@ksc.nasa.gov-- Jacklyn L. Norman, Contract Specialist, Phone (407)867-7056, Fax (407)867-1029, Email jacklyn.norman-1@ksc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76#PR9237-64 52. E-MAIL: Laura C. Molnar, laura.molnar-1@ksc.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 notice is being issued as a Request for Quotes (RFQ) for the following: ITEM NO. 1 -- Power Supply, Hot Plug Module, 28 VDC Output; Salient Characteristics attached. Quantity: 128 each. ITEM NO. 2 -- System Rack; Salient Characteristics attached. Quantity: 64 each. DELIVERY -- Delivery must be F.O.B. Destination to NASA, Kennedy Space Center, Florida. Four of the Power Supplies/Hot Plug Modules and two of the System Racks must be delivered on or before January 28, 2000. The balance may be delivered incrementally over the subsequent two months. REQUIREMENTS: This equipment will be used as the primary hardware building block for the KSC Complex Control System (KCCS) project. These power supplies and associated backplanes are required to power the Programmable Logic Controllers (PLCs) used in the project. SALIENT CHARACTERISTICS: Salient Characteristics are available in the Specifications located at http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=76 for Reference No. PR9237-6452. Warranty Requirements: The warranty provided shall be the standard Commercial Warranty, but for a period of no less than 1 year. Offerors shall provide information on any extended warranties. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The FAR provisions and clauses in the RFQ are those in effect through FAC 97-14. The DPAS rating for this procurement is DO A-7. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act-Supplies," the offeror shall so state and shall list the country of origin. The SIC code and the small business size standard for this procurement are 3629 and 500 employees, respectively. The offeror shall state in their quotation their size status for this procurement. This procurement is being conducted as a total small business set-aside. All responsible business sources may submit a quote that shall be considered by the agency. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by evaluation of the technical literature submitted by the quoter, providing a description in sufficient detail to show that the product quoted meets the Government's requirement. The offeror shall complete FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (which may be obtained via the internet at URL: http://www.ksc.nasa.gov/procurement/reps/reps1199.doc and submit it as part of the quote. Offerors shall provide the information required by FAR 52.212-1; FAR 52.212-4; and FAR 52.212-5. The following identified clauses in FAR 52.212-5(b) are incorporated by reference: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.232-34. All FAR Clauses may be obtained via Internet at http://procurement.nasa.gov/FAR/ . The offeror shall provide, operate, and/or maintain information technology (IT) that is Year 2000 compliant, and shall demonstrate through documentation that IT to be provided is Year 2000 compliant. The offeror shall also warrant in the quote that IT to be provided is Year 2000 compliant. The offeror should also provide a Commercial and Government Entity (CAGE) Code. The CAGE code must be for that particular name and ddress, not for its parent or other corporation affiliation. If the Offeror does not have a CAGE code, the Offeror shall complete Section B of "Kennedy Space Center's Request for Assignment of a Commercial and Government Entity (CAGE) Code." This form is available at http://www.dlis.dla.mil/cage_welcome.htm . (NOTE: Offerors are not currently required to register in the DoD Central Contractor Registration (CCR) database to receive an award from NASA's Kennedy Space Center). By submission of its quote, the offeror represents that, if it is subject to the reporting requirements of 37 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has submitted the most recent report required by 37 U.S.C. 4212(d). Quotations for the items(s) described above are due by 5:00 p.m. (eastern time) on 01/11/01 and may be mailed or faxed to Laura Molnar, code OP/MSO, Kennedy Space Center, Fl 32899, Fax (321)867-1029 and include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, 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. It is the Offeror's responsibility to monitor this site for the release of amendments (if any). Potential Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Facsimile Quotes are authorized; however, the Government shall not assume responsibility for proper transmission. FACSIMILE QUOTES SHALL BE FOLLOWED BY THE ORIGINALS IN THE MAIL. An ombudsman has been appointed -- (see Numbered Note "B"). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 01/06/00 (D-SN413842). (0006)

Loren Data Corp. http://www.ld.com (SYN# 0236 20000110\59-0005.SOL)


59 - Electrical and Electronic Equipment Components Index Page