Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,2000 PSA#2617

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

59 -- RS-422 DATA FIBER OPTICAL MULTIPLEXER TRANSMISSION SYSTEM SOL RFQ10-00-0032 DUE 061600 POC Jacklyn L. Norman, Contract Specialist, Phone (321)867-7056, Fax (321)867-1029, Email jacklyn.norman-1@ksc.nasa.gov -- David D. Reeves, Contracting Officer, Phone (321) 867-3999, Fax (321) 867-1029, Email David.Reeves-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#RFQ10-00- 0032. E-MAIL: Jacklyn L. Norman, jacklyn.norman-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 an RS-422 Data Fiber Optic Multiplexer Transmission System per the Salient Characteristics for the RS-422 Data Fiber Optic Multiplexer. The total number of data channels and the configuration of these data channels are depicted in the Block Diagram. The Salient Characteristics and the Block Diagram may be obtained via the internet at URL: http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76. DELIVERY -- Delivery must be F.O.B. Destination to NASA, Kennedy Space Center, Florida. The Government's desired Delivery Schedule is 30 days after contract award for the initial system, and, for additional quantities above the initial system, 30 days after acceptance of the initial system. SALIENT CHARACTERISTICS -- This Transmission System will be utilized to transmit RS-422 data on multimode fiber cable at Kennedy Space Center (KSC). The equipment will be rack mounted in an environmentally controlled communications work area. The RS-422 Data Fiber Optical Multiplexer Transmission System shall provide the following features and shall meet or exceed the minimum requirements of the RS-422 Data Fiber Optic Multiplexer. (a) Requirements -- General The RS-422 Data Fiber Optical Multiplexer Transmission System shall support a RS-422 data interface that meets or exceeds all requirements of the TIA/EIA-422-B standard, and shall provide a minimum of 32 full duplex channels per frame that supports a 38.4 kb/s asynchronous data rate per data channel. A minimum of 32 data channels shall be multiplexed on a single fiber optic cable. 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 Federal Acquisition Regulation (FAR) provisions and clauses in the RFQ are those in effect through FAC 97-18. 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 3679 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://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76 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: 52.023-6 with Alt. I, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222?37, 52.225-3, and 52.232-34. NFS 1852.225-70 Export Licenses (Feb 2000) are applicable. All FAR and NASA FAR Supplement (NFS) Clauses may be obtained via Internet at http://procurement.nasa.gov/FAR/. Any information technology provided, operated and/or maintained under this contract shall be Year 2000 compliant, and the offeror 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 address, 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.ksc.nasa.gov/procurement/DD2051.doc or from the Contracting Officer. To expedite processing, the completed form may be submitted via email to the Contracting Officer with the signed copy to follow. The Offeror must not delay submission of its offer pending receipt of a CAGE code. Information about CAGE codes may be obtained 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 4:00 p.m. (eastern time) on June 16, 2000, and may be mailed or faxed to Jacklyn Norman, code OP/MS, 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. If original copies of facsimile quotes are not provided, the Government may determine it cannot properly evaluate the technical acceptability of the product being offered, and the quote may not be considered responsive. 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 Posted 06/06/00 (D-SN462077). (0158)

Loren Data Corp. http://www.ld.com (SYN# 0243 20000608\59-0001.SOL)


59 - Electrical and Electronic Equipment Components Index Page