Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

D -- MULTI-CHANNEL BIT SYNCHRONIZER FOR NASA LSP VAFB

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK10354150Q
 
Response Due
9/2/2010
 
Archive Date
8/27/2011
 
Point of Contact
Alissa N. Mandernack, Contract Specialist, Phone 321-867-3380, Fax 321-867-4848, Email alissa.mandernack@nasa.gov
 
E-Mail Address
Alissa N. Mandernack
(alissa.mandernack@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Sole Source Request for Quotation (RFQ) to GDP SpaceSystems, a division of Delta Information Systems, Inc. for:Multi-Channel Bit SynchronizerNASA/KSC intends to purchase the items from GDP Space Systems. The Multi-Channel BitSynchronizer (model 2365A) of GDP Space Systems is already being used by the LaunchServices program on both coasts, and it must be acquired by its sole manufacturer tomaintain compatibility with both existing equipment and operations at both coasts.Items and Descriptions:Item1: Model MD2365A-08Multi-Channel PCI Bit Synchronizer Subsystem (8 Channel)Including:**Quantity 4: BSM202 Dual Channel PCI Bit Synchronizers**Quantity 4: CABBSM202-100 BNC Output Cables (2 TTL Data/Clock & 1 Tape per Channel)**Quantity 2: CABBSM202-105 Dual D-Type Aux Output Cables (2 RS-422 Data/Clock Outputsper Channel)**Quantity 4: BNC Input Cables (2 Inputs per Channel)**BERT Capability (No Charge)**CPU & Control SoftwareItem 2: Model OP2365A-07Touch Screen Front Panel Display and Keyboard Drawer (Local Control) The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their quotation or capabilities and qualifications toperform the effort in writing to the identified point of contact not later than 2:00 p.m.local time on September 2, 2010. Such capabilities/qualifications will be evaluatedsolely for the purpose of determining whether or not to conduct this procurement on acompetitive basis. A determination by the Government not to compete this proposed efforton a full and open competition basis, based upon responses to this notice, is solelywithin the discretion of the government. Oral communications are not acceptable inresponse to this notice. All responsible sources may submit an offer which shall beconsidered by the agency. An Ombudsman has been appointed. See NASA Specific Note 'B'. The provisions and clauses in the RFQ are those in effect through FAC 2005-43The NAICS Code and the small business size standard for this procurement are 334220, 350employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.The DPAS rating for this procurement is DO-C9Offers for the items(s) described above are due by September 2, 2010, 2:00PM (EST) toNASA-KSC, Attn: alissa.matthews@nasa.gov, OP-LS, KSC, FL 32899 oralissa.matthews@nasa.gov. Response via email is preferred.Offers must include, solicitation number, FOB destination to KSC, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (July 2010), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare 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 theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (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 theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) (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.htmSelection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Delivery shall be required 90 days upon award or no laterthan December 31, 2010. Preference for delivery is 90 days upon award. It is criticalthat offerors provide adequate detail to allow evaluation of their offer. (SEE FAR52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK10354150Q/listing.html)
 
Record
SN02258728-W 20100829/100828000024-b8e03da85bd1610beb25aa9c40ad9037 (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 |
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.