Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 24, 2001 PSA #2858
SOLICITATIONS

66 -- DYNAMIC SHOCK TESTER SYSTEM

Notice Date
May 22, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
RFO3-174124
Response Due
June 6, 2001
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756, Fax (216) 433-5489, Email Marilyn.D.Stolz@grc.nasa.gov
E-Mail Address
Marilyn D. Stolz (Marilyn.D.Stolz@grc.nasa.gov)
Description
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). This notice is being issued as a Request for Offer (RFO) for the following items: (1) dynamic shock tester system, Lansmont 65/81 or equal consisting of the following components: pulse programmer, dual mass shock amplifier, and safety mat, (2) manuals which may include, but is not limited to user, system, troubleshooting, and maintenance, (3) installation shall be provided by the contractor within 30 days of delivery, and (4) training shall be provided on-site at the NASA Glenn Research Center within 1 month of system installation. The salient characteristics of the system and components are as follows: (1) dynamic shock tester: 25x32 in (65x81 cm) table; 600G max. at 2 milliseconds, (2) pulse programmer: short duration half sine shock pulse programer to produce pulses with miminal 2 msec. duration and accelerations up to 600G, additional pulse,(3) dual mass shock amplifier: maximum acceleration 30 kilo-g and minimum pulse duration is 50 microseconds and (4) safety mat to interrupt operation and apply system brakes when personnel step on the mat. The provisions and clauses in the RFQ are those in effect through FAC 97-24. The NAICS Code and the small business size standard for this procurement are 333314 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by the June 6, 2001 4:30 pm local time and may be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M. S. 500-306, Cleveland, OH 44135 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. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) That the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal opportunity (E.O. 11246); 52.222-35, Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies (41 U.S.C. 10a -- 10d); 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C. 10a -- 10d,19 U.S.C. 3301 note, 19 U.S.C. 2112 note); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129); 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); and 52.232-34, Payment by Electronic Funds Transfer -- Other Than Central Contractor Registration (31 U.S.C. 3332). 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 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. 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). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFO3-174124)
Record
Loren Data Corp. 20010524/66SOL003.HTM (D-142 SN50M815)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on May 23, 2001 by Loren Data Corp. -- info@ld.com