SOLICITATION NOTICE
58 -- VOICE DISTRIBUTION MANAGEMENT SYSTEM EQUIPMENT
- Notice Date
- 9/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK11393950Q
- Response Due
- 9/21/2011
- Archive Date
- 9/16/2012
- Point of Contact
- Erik C Whitehill, Contract Specialist, Phone 321-867-5504, Fax 321-867-2042, Email Erik.C.Whitehill@nasa.gov
- E-Mail Address
-
Erik C Whitehill
(Erik.C.Whitehill@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 Request for Quotations (RFQ) for the following GeneralDatacomm Brand Name equipment:Item#:1 Description: Switch Chassis, Xedge 6640 Multi Protocol General DataComm P/N032M161-001 Quantity 1.Item#:2 Description: Router Card, ISG2-IP with OSPF + Management PortGeneral DataCommP/N 200P001-002 Quantity 2.Item#:3 Description: Controller Card, PCx-2 OC-N/2STM-N/16 port DS1/E1 LIMS-SERDESGeneral DataComm P/N 200M008-001 Quantity 2.Item#:4 Description: Analog Line Interface Module (LIM), 8 port, 4w E&M GeneralDataComm P/N 032P209-019 Quantity 1.Item#:5 Description: Cable, Analog Octopus, 8-1 General DataComm P/N 025H604-006Quantity 1.Item#:6 Description: Gigabyte Long Reach (LR) Fiber Plug, 10Km 1310General DataComm P/N200G025-030 Quantity 2.Competition is restricted to brand name General Datacomm. This requirement for equipmentmanufactured by General Datacomm is required for interoperability with existing equipmentused in the Voice Distribution Management System (VDMS). VDMS is a COTS multi-nodal,multi-aggregate multiplexer system for local routing of communication signals in the KSCvicinity. The system routes approximately 300 operational voice and data circuits at KSCand CCAFS. The VDMS is the primary interface between the KSC OIS-D system and the NISNinterface which routes KSC circuits to other NASA Centers. These systems are designed tobe highly reliable and will automatically reroute circuits around system failures to thefull extent possible. This auto routing feature is essential due to the critical natureof the VDMS function. The provisions and clauses in the RFQ are those in effect through FAC 2005-53.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 and1,000 employees respectively.The offeror shall state in their offer their size statusfor this procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery is required within 30 days ARO. Delivery shall be FOB Destination to thefollowing location:Transportation OfficerNASA Kennedy Space CenterISC WarehouseBuilding M6-744Kennedy Space Center, FL 32899Offers for the items(s) described above are due by September 21, 2011 toerik.c.whitehill@nasa.gov and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tmlOfferors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, 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 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JUL 2010).52.222-21, Prohibition of Segregated Facilities (FEB 1999).52.222-26, Equal Opportunity (MAR 2007).52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT2003).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing e-mail to Erik C. Whitehill aterik.c.whitehill@nasa.gov not later than September 19, 2011. Telephone questions willnot be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement.Selection 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. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications 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 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 willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (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/NNK11393950Q/listing.html)
- Record
- SN02580109-W 20110918/110916235821-641d1e651610c2edbd3b7bd10470b601 (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 |