|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592NASA/George C. Marshall Space Flight Center, Procurement Office,
Marshall Space Flight Center, AL 35812 58 -- ARGON ION LASER SOL 8-1-0-10-C8162 DUE 052200 POC Victoria L.
Dixon, Contract Specialist, Phone (256) 544-8998, Fax (256) 544-9354,
Email victoria.dixon@msfc.nasa.gov -- Valerie N. Holmes, Contracting
Officer, Phone (256)544-0314, Fax (256)544-9354, Email
valerie.holmes@msfc.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=62#8-1-0-10-C8162. E-MAIL: Victoria L. Dixon, victoria.dixon@msfc.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). DESCRIPTION: Argon Ion Laser. Must have a minimum
output of 10 watts all lines visible. Must have an actively stabilized
beam positioning system, switched resistor power supply, full-function
hand held remote control, beam diameter no bigger than 1.7 MM, beam
divergence no greater than 0.45 MRAD, polarization better than 100:1
vertical. Noise in current mode no worse than 0.40% RMS. Noise in power
mode no worse than 0.30% RMS. Stability in power mode over 8-hour
period +/-0.5%. Stability in current mode over 8-hour period +/-1.0%.
Beam pointing stability in position offset less than 0.5 micrometer/c,
and beam pointing stability in angular offset less than 0.5
micrometer/c. Conversion efficiency greater than 60%. Spectra Physics
model number 2060-10 or equivalent. QUANTITY: one each. The provisions
and clauses in the RFQ are those in effect through FAC 97-16. This
procurement is a total small business set-aside. The SIC code and the
small business size standard for this procurement are 3826 and 500,
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 MSFC is required within 30 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 close of business May 22,
2000, and may be mailed or faxed to point of contact 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: MSFC 52.213-91, NFS 1852.211-70, and
1852.214-71. Reserve paragraphs (d), (e), (f), (h), and (i) in
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. Addenda to FAR 52.212-4 are as follows: MSFC 52.232-90, NFS
1852.246-71, FAR 52.204-4, 52.211-15, and 52.247-34. FAR 52.212-5 is
applicable and the following identified clauses are incorporated by
reference: FAR 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
and 52.225-3. The FAR may be obtained via the Internet at URL:
http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions
regarding this acquisition must be submitted in writing no later than
May 17, 2000. Selection and award will be made (on an aggregate basis)
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. 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). 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://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62
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 URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 05/01/00
(D-SN450204). (0122) Loren Data Corp. http://www.ld.com (SYN# 0185 20000503\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|