Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,2000 PSA#2631

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

61 -- THREE AXIS POSITIONING SYSTEM AND ONE AXIS PROBE POSITIONER SOL RFQ3-143436 DUE 062800 POC Michelle A. Mader, Contract Specialist, Phone (216) 433-2765, Fax (216) 433-2480, Email Michelle.A.Mader@grc.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=22#RFQ3-1434 36. E-MAIL: Michelle A. Mader, Michelle.A.Mader@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). NASA/GRC intends to procure the items from Comptrol, Inc., Garfield Hts., OH under the authority of 10 U.S.C. 2304(c)(1). The items will be used to replace existing Comptrol items and must be identical to protect the integrity of test data produced, making new test data comparable to existing test data. Market research has shown that equal/identical items are not available from any other source. The items to be purchased are: (Item 1)A Comptrol Designed and Manufactured Three-Axis Probe Positioning Mechanical System in accordance with Comptrol Specification No. 59-1447, dated June 23, 2000, incorporated herein by reference and made a part hereof. Qty. 4 ea. (Item 2)A Comptrol Designed and Manufactured Single Axis Probe Positioner in accordance with Comptrol Specification No. 59-1448, dated June 23, 2000, incorporated herein by reference and made a part hereof. Qty. 2 ea. (Item 3)All applicable manufacturer's manuals and appropriate electrical and mechanical prints showing details of electrical and mechanical assemble, supplied on 3.5" computer diskettes in .DWG format, for Items 1 & 2, above. Qty. 1 set Prior to shipping the above items, acceptance tests shall be conducted at the Contractor's facility while witnessed by a Government representative. The Contractor shall contact the Government, in writing, at least fourteen (14) calendar days prior to shipment to arrange a mutually agreeable date for the testing to commence. The provisions and clauses in the RFQ are those in effect through FAC 97-18. The SIC code and the small business size standard for this procurement are 3593 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 the NASA Glenn Research Center, Cleveland, OH 44135 is required within 130 calendar 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 4:30pm, local time, June 28, 2000 and may be mailed or faxed to Michelle A. Mader, 21000 Brookpark Rd., MS 500-305, Cleveland, OH 44135 (FAX No. 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. 52.222-26 Equal Opportunity 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.232-33 Payment by electronic Funds Transfer-Other than Central Contractor Registration 52.245-4 Government-Furnished Property (Short Form) The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm 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 NASA Specific 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=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 06/26/00 (D-SN468665). (0178)

Loren Data Corp. http://www.ld.com (SYN# 0294 20000628\61-0009.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page