SOLICITATION NOTICE
58 -- SOLE SOURCE, QUINTRON SYSTEMS INC., SANTA MARIA, CA, A06-003, DICE SUBSYSTEM MULTIPLEXER SYSTEM
- Notice Date
- 7/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK06LB25P
- Response Due
- 7/26/2006
- Archive Date
- 7/21/2007
- 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for: 1. Part number A06-003, Dice Subsystem Multiplexer System (1 Each). Last item. No other communications equipment is compatible for use with NASA's systems and requirements. This equipment being procured will be used in conjunction with our voice switch, which is used by the LSP. Since DICE has the same form and fit as TOPS, it is a direct replacement for the existing TOPS system. Note, TOPS is 20 year old system that is no longer supportable, and it is urgently needed to be replaced. Another vendor would require the Government to redesign our equipment lay out; this would be an excessive added cost to the government. The Part number A06-003, Dice Subsystem Multiplexer System is uniquely matched with our design strategy of distributing assets as close to the user as possible. This reduces long haul band width requirements, thus freeing up assets for other missions. Also, it enhances our ability to trouble shoot the system. NASA KSC has performed extensive research into possible vendor sources for this application, and has determined that Quintron Systems Inc., Santa Maria, CA, is the only vendor that offers equipment which meets these requirements. No supplier was found for a direct replacement. While suppliers could be found for a separate ?stand alone? purchase---as opposed to direct a replacement ---the prices would be substantially more expensive than the purchase of Part number A06-003, Dice Subsystem Multiplexer System. To that end, the Part number A06-003, Dice Subsystem Multiplexer System must be used in order to ensure compatibility with processes, procedures, and secure voice nets that are used during mission operations. The acquisition of any other brand of Part number A06-003, Dice Subsystem Multiplexer System would therefore represent an unacceptable technical risk to KSC missions at VAFB, CA. The provisions and clauses in the RFQ are those in effect through FAC 2005-11 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 334210, 1000 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to VAFB, CA is required within 30 days ARO. Delivery shall be FOB Destination. Please indicate delivery date in your response. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by July 26, 2006, 2:00 PM (EST) to NASA-KSC, Attn: Allen Miller, OP-LS, KSC, FL 32899 and must include, solicitation number, FOB destination to VAFB, 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. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered 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. FAR 52.212-4 (September 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (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: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s., proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). XX 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (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 All contractual and technical questions must be in writing (e-mail) to Allen Miller not later than July 25, 2006, 10:00AM (EST). Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#121298)
- Record
- SN01095518-W 20060723/060721222055 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |