Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2022 SAM #7600
SOLICITATION NOTICE

70 -- TE Connectivity/Measurement Specialties Incorporated Optimus systems multi-channel rack mountable electronically scanned pressure measurement/acquisition system

Notice Date
9/19/2022 5:46:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA IT PROCUREMENT OFFICE Greenbelt MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80TECH22Q0040
 
Response Due
9/26/2022 10:00:00 AM
 
Archive Date
10/11/2022
 
Point of Contact
Sara Stuart, Nikkole Stites
 
E-Mail Address
sara.stuart@nasa.gov, nikkole.a.stites@nasa.gov
(sara.stuart@nasa.gov, nikkole.a.stites@nasa.gov)
 
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) under solicitation number�80TECH22Q0040 for a multi-channel rack mountable electronically scanned pressure�measurement/acquisition system with built in intelligent pressure scanners and mini module pressure�scanners. Components are to be fully compatible with existing TE Connectivity/Measurement�Specialties Incorporated Optimus systems. The provisions and clauses in the RFQ are those in effect through FAC 2022-07.�The NAICS Code and Size Standard are 334519 and 500 employees, respectively. The offeror shall�state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Delivery is to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135.�Delivery shall be free on board (FOB) Destination. The following clauses and provisions are incorporated; full text of the clauses and provisions may be�accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (NOV 2021) which is incorporated by reference. FAR 52.212-2, Evaluation -- Commercial Items, (NOV 2021). The Government will award a contract�resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation�will be most advantageous to the Government, price and other factors considered. The following�factors are in descending order of importance and shall be used to evaluate offers: (1) Technical�Specifications and (2) Price. The lowest-priced proposal will first be evaluated for technical�acceptability in accordance with the minimum specifications identified and the earliest delivery date.�If determined not technically acceptable, it will be removed from competition and the next lowest�priced proposal will be evaluated for technical acceptability. This will continue until the lowestpriced quote is determined technically acceptable. Once the lowest priced proposal is determined�technically acceptable, then a determination of responsibility will be completed. If found responsible,�evaluations will be closed and the award will be made. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and�Certifications -- Commercial Items, (MAY 2022) or complete electronic annual representations and�certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (NOV 2021) is applicable. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (MAY 2022) is applicable. The applicable provisions and clauses that apply to this acquisition are included in the attached�solicitation document. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition�can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. All contractual and technical questions must be submitted electronically via email to Sara Stuart at�Sara.Stuart@nasa.gov with a cc: to Nikkole Stites at Nikkole.A.Stites@nasa.gov. Telephone�questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than 12:00PM�Central on September 26, 2022. The Government is not responsible for any failure attributable to the transmission or receipt of�documents submitted using electronic means, including the missing of any established deadlines.�Failure to submit a complete proposal by the due date and time specified for this RFQ shall result in�the proposal being considered late and shall be handled in accordance with FAR 52.212-1 Instructions�to Offerors - Commercial Items (JAN 2017).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c27d71c62c234a8da99a67c924c8b941/view)
 
Place of Performance
Address: Cleveland, OH 44135, USA
Zip Code: 44135
Country: USA
 
Record
SN06471113-F 20220921/220919230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.