Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2012 FBO #3868
SOLICITATION NOTICE

D -- NATIONAL INSTRUMENTS LABVIEW SOFTWARE LICENSE AGREEMENTS

Notice Date
6/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK12438879Q
 
Response Due
7/11/2012
 
Archive Date
6/25/2013
 
Point of Contact
Susan J. Wall, Contracting Officer, Phone 321-867-3306, Fax 321-867-1166, Email susan.j.wall@nasa.gov
 
E-Mail Address
Susan J. Wall
(susan.j.wall@nasa.gov)
 
Small Business Set-Aside
N/A
 
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 required National Instruments (NI) Labview Software License Agreements (Maintenance and Support). Requirements consists of renewals of existing Software License Agreements as well as new requirements as listed below. NOTE: Required Period of Performance (POP) are two years in length. Various POP's. FOB Destination Required. ITEM 1: NI DEVELOPER SUITE, Part #940005-01, S/N Z61M15081, Period of Performance (POP): RENEWAL Two years (existing POP ends August 11, 2012); ITEM 2: VISION DEVELOPMENT MODULE, Part #940006-01, S/N M63X14664, POP: Renewal Two years (existing POP ends August 1, 2012); ITEM 3: REAL-TIME MODULE, Part #940006-01; S/N M63X08552; POP: RENEWAL Two years (existing POP ends August 1, 2012); ITEM 4: PROFESSIONAL DEVELOPMENT SYSTEM, Part #940006-01, S/N M63X44012, POP: RENEWAL Two years (existing POP ends July 31, 2012); ITEM 5: FULL DEVELOPMENT SYSTEM, Part #940006-01, S/N M63X69634, POP: RENEWAL Two years ( existing POP ends July 8, 2012); ITEM 6: NI DEVELOPER SUITE, Part #940005-01, S/N Z71M30710, POP: RENEWAL Two years (existing POP ends Sept. 12, 2012); ITEM 7: NI DEVELOPER SUITE, 940005-01, S/N Z71M30707, POP: RENEWAL Two years (existing POP ends June 30, 2012); ITEM 8: NI DEVELOPER SUITE, Part #940005-01, S/N Z71M30713, POP: RENEWAL Two years (existing POP ends June 30, 2012); ITEM 9: FULL DEVELOPMENT SYSTEM, Part #940006-01, S/N M74X34258, POP: RENEWAL Two years (existing POP ends July 6, 2012); ITEM 10: NI DEVELOPER SUITE, Part #940005-01, S/N Z51M48085, Industrial Monitoring Option, LV Real-time Option, & FPGA Option POP: RENEWAL Two years (existing POP ended June 8, 2012); ITEM 11: NI DEVELOPER SUITE, Part #940005-01, S/N Z61M36469, Industrial Monitoring Option, Touch Panel Deployment Option, Sound & Vibration Option, Data Management Option, Mobile Module Deployment, LV Real-time Option, & FPGA Option, POP: RENEWAL Two years (existing POP ends Sept. 28, 2012); ITEM 12: VISION DEVELOPMENT MODULE, Part #940011-01, S/N M64X05146, POP: RENEWAL Two years (existing POP ended May 16, 2012); ITEM 13: VISION DEVELOPMENT MODULE (old VLA S/N M63X67359), Part #777859-35, POP: NEW Two years; ITEM 14: NI DEVELOPER SUITE, Part #s: 779601-35, 779735-35, 779611-35, 779604-35, and 779734-35, Configuration ID: DS2849118 (old VLA S/N Z61M15051, Seat 1/2), LV Real-time Option, FPGA Deployment Option, Mobile Module Deployment, & Industrial Monitoring Option; POP: NEW Two years; ITEM 15: NI DEVELOPER SUITE, Part #s: 779601-35, 779735-35, 779611-35, 779604-35, and 779734-35, Configuration ID: DS2849143 (old VLA S/N Z61M15051, Seat 2/2), LV Real-time Option, FPGA Deployment Option, Mobile Module Deployment, & Industrial Monitoring Option; POP: NEW Two years; ITEM 16: FULL DEVELOPMENT SYSTEM, Part #940006-01, S/N M63X78966, POP: RENEWAL Two years (existing POP ends July 8, 2012); ITEM 17: FULL DEVELOPMENT SYSTEM, Part #940006-01, S/N M63X78972, POP: RENEWAL Two years (existing POP ends July 8, 2012); ITEM 18: FULL DEVELOPMENT SYSTEM, Part #776670-35, POP: NEW Two years; ITEM 19: FULL DEVELOPMENT SYSTEM, Part #776670-35, POP: NEW Two years; The provisions and clauses in the RFQ are those in effect through FAC 2005-58. Current FAC can be obtained from http://nais.nasa.gov/far/ 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 541511 and $25.5M 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. Period of Performance of each item: Two (2) years. Delivery shall be FOB Destination. Offers for the items(s) described above are due by on or before 4:30 p.m. E.T. on July 11, 2012 to Susan J. Wall and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, 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 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204.10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3, 52.225-13, and 52.232-33 The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 offeror. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. 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/NNK12438879Q/listing.html)
 
Record
SN02784741-W 20120627/120625234600-94c95e8ca0ceeb2a78911b22fc487eb3 (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.