Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2002 FBO #0213
SOLICITATION NOTICE

66 -- DATA ACQUISTION INFORMATION TECHNOLOGY

Notice Date
7/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
8-1-2-SD-D9465
 
Response Due
7/18/2002
 
Archive Date
7/1/2003
 
Point of Contact
Tyler C. Cochran, Contract Specialist, Phone (256) 544-7030, Fax (256) 544-9354, Email Tyler.Cochran@msfc.nasa.gov - Glen A. Alexander, Contract Specialist, Phone (256) 544-3797, Fax (256) 544-9354, Email glen.alexander@msfc.nasa.gov
 
E-Mail Address
Email your questions to Tyler C. Cochran
(Tyler.Cochran@msfc.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). 1. NSN=7025,P/N=EG000,Linksys 10BT/100BTX 8-port EG008 Gigaswitch This hardware is an ethernet switch that passes data at a maximum 1 GigaHz speed. Must be able to connect up to eight workstations together for networking purposes 2. P/N=WD400BBRTL, WD 40.0GB WD400BBRTL Eide Ultra-ATA/100 7200RPM 3. P/N=VG191, Viewsonic 19.0" VG191 1280x1024 TFT LCD 4. NSN=7030, Microsoft Windows XP Professional (DSP/OEM) 5. NSN=7025, Panasonic DVD-ROM/DVD-RAM Drive 2.6GB to 9.4GB Atapi Internal W/SW, 2.6GB to 9.4GB is a range of media that Panasonic DVD-ROM/DVD-RAM drive can use 6. P/N=TI4600, VisionTek Xtasy Geforce4 TI4600 128Mb AGP W/S-video and DVI Out, This is a video card manufactured by VisionTek 7. P/N=SX6000, Promise Supertrak SX6000 Ultra-Ata/100 6-Channel Raid 5 controller card (no memory) 8. P/N=WD1200BBRTL, WD 120.0GB WD1200BBRTL Eide-Ultra-ATA/100 7200Rpm, WD1200BBRTL is a 120.0 Gigabyte hard drive used for data storage 9. NSN=7035, MWAVE 18" IDE Data Cable for Ultra ATA66/100 Hard Drive 10. NSN=7025, P/N=EG1064, Linksys 10BT/100BTX EG1064 Instant Gigabit 64-Bit PCI network adapter 11. Logitech cordless freedom optical keyboard and mouse USB/PS2 12. P/N=FS-981XPSS, Enermax FS-981XPSS Full Server tower W/400W (Pentium 4 ready) ATX power supply 13. P/N=FS-710, Enermax FS-710 full server tower W/330W (Pentium 4 ready) ATX power supply 14. MITSUMI 1.44 MB floppy drive (bare drive) 15. NSN=7030, Maple 8 analytical software 16. NSN=7025, P/N=Q2103A#ABA, HP DVD RW combo drive CD-RW 12X/10X/32X DVD+RW 2.4X/8X EIDE DVD2001 Q2103A DVD-Recorder and writer 12x10x32x8x DVD-2001 Q2103A#ABA 17. P/N=P230MB, Viewsonic 23.1" VP230MB 1600x1200 TFT LCD (Black) 18. P/N=CMX512-2700C2, Corsair CMX512-2700C2 64x64 333MHz 512MB CAS2 DDR W/heat spreader, CMX512-2700C2 is a 512 Megabyte Memory DIMM that operates at 333MegaHz. The memory uses CAS2 double data rate technology. The memory is packaged with a heat spreader to dissipate heat generated by the frequency that it operates. 19. NSN=6640, P/N=777305-01, National Instruments PCI-MIO-16E-1 20. P/N=777387-02, National Instruments PCI-DIO-96 The provisions and clauses in the RFQ are those in effect through FAC 97-16. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334113 and 1,000, 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. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by July 18, 2002, 3:00 P.M. CST and may be mailed or faxed to Tyler Cochran/PS32-C, Procurement Office, Marshall Space Flight Center, AL 35812, phone (256) 544-4096, fax-(256) 544-9354 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.arnet.gov/far/ The NFS 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 July 12, 2002 by 3:00 P.M. CST. 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 NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.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). 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://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#102116)
 
Record
SN00103611-W 20020703/020701213744 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.