Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2012 FBO #3928
SOLICITATION NOTICE

59 -- VISIONARY SOLUTIONS ENCODER

Notice Date
8/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12441133Q
 
Response Due
8/31/2012
 
Archive Date
8/24/2013
 
Point of Contact
Audrey C Montgomery, Contract Specialist, Phone 281-792-7510, Fax 281-483-4066, Email audrey.c.montgomery@nasa.gov - Stacy G. Houston, Contracting Officer, Phone 281-483-9649, Fax 281-483-7890, Email stacy.g.houston@nasa.gov
 
E-Mail Address
Audrey C Montgomery
(audrey.c.montgomery@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 the purchase of the following Visionary Solutions brand products: -6 High Density Rackmounts, Part number MPP200 -6 HDMI Encoder Blades, Part number AVN443 -6 1080i Module, Part number MOD-3 The provisions and clauses in the RFQ are those in effect through FAC 2005-60. 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 443112 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. Delivery to JSC is required within 2 weeks ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:30 p.m. local time on August 31, 2012 to audrey.c.montgomery@nasa.gov and stacy.g.houston@nasa.gov 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 (JUL 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, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.239-1. 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 Other terms and conditions: 1. CERTIFICATE OF COMPLIANCE (C OF C) Supplier shall provide a certification with each shipment to attest that the parts, assemblies, subassemblies, or detail parts conform to the Order requirements. When applicable, the true manufacturers, lot, batch, date code, and/or serial number must appear on the certification. Certification must contain the following: Customers Order number Product name Part and Serial number Name and address of manufacturing or processing location Manufacturers lot, batch, date code, and/or serial number (if applicable) Quantity and unit of measurement (each, box, case, gallons, etc.) Be signed and dated by an official of the company. 2. TRACEABILITY a. Supplier will submit Product lot number/date code and/or serial number with the shipment. b. Supplier will certify that when parts/materials are from different lots, they are packaged separately. 3. PROCESSES AND PRODUCTS The Supplier will notify the customer of proposed changes in process definition and, will obtain approval from the customer prior to implementing the change. Changes affecting processes, production equipment, tools and programs shall be documented. Procedures shall be available to control their implementation This statement shall also apply to Supplier designated critical processes that have been sub contracted. 4. COUNTERFEIT CLAUSES: GUARANTEE OF PRODUCT SOURCE(S) The supplier shall ensure that only new and authentic materials are used in products delivered to NASA. The supplier may only purchase parts directly from Original Component Manufacturers (OCMs); OCM franchised distributors, or authorized aftermarket manufacturers.Use of product that was not provided by these sources is not authorized unless first approved in writing by NASA. The supplier must present compelling support for its request (e.g., OCM documentation that authenticates traceability of the parts to the OCM), and include in its request all actions to ensure the parts thus procured are authentic/conforming parts. 5. GOVERNMENT RIGHT OF ACCESS The Government has the right to inspect and test all supplies called for by the contract, to the extent practicable, at all places and times, including the period of manufacture, and in any event before acceptance. The Government shall perform inspections and tests in a manner that will not unduly delay the work. The Government assumes no contractual obligation to perform any inspection and test for the benefit of the Contractor unless specifically set forth elsewhere in this contract. If the Government performs inspection or test on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. Except as otherwise provided in the contract, the Government shall bear the expense of Government inspections or tests made at other than the Contractors or subcontractors premises; provided, that in case of rejection, the Government shall not be liable for any reduction in the value of inspection or test samples. 6. NON CONFORMING MATERIAL Per this requirement the customer grants no authority to disposition product or process nonconformances to the Supplier or its sub-tier suppliers. Repair is not allowed under this clause. Nonconformances shall be reported to the customer as soon as it is detected and determined not to be re-workable and may be salvageable. When notification is required, notification shall be within 3 working days after the nonconformance is discovered. This requirement applies to all procurements. 7. FOR USE IN HUMAN SPACE FLIGHT; MATERIALS, MANUFACTURING, AND WORKMANSHIP OF HIGHEST QUALITY STANDARDS ARE ESSENTIAL TO ASTRONAUT SAFETY. IF YOU ARE ABLE TO SUPPLY THE DESIRED ITEM WITH A HIGHER QUALITY THAN THAT OF THE ITEMS SPECIFIED OR PROPOSED, YOU ARE REQUESTED TO BRING THIS FACT TO THE IMMEDIATE ATTENTION OF THE PURCHASER. All contractual and technical questions must be submitted in writing (e-mail only) to audrey.c.montgomery@nasa.gov and stacy.g.houston@nasa.gov not later than 4:30 p.m. local time on August 28, 2012. Telephone questions will not 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 the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3 (APR 2012), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. 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. 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=73. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12441133Q/listing.html)
 
Record
SN02854064-W 20120826/120824235716-d542c087e93838562db2c1f731a24082 (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.