|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1998 PSA#2038NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center,
FL 32899 61 -- POWER DISTRIBUTION CHASSIS UNITS SOL RFO10-98-0027 POC Susan J.
Wall, Contracting Officer, Phone (407) 867-4408, Fax (407) 867-1029,
Email Susan.Wall-1@ksc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/KSC/date.html#RFO10-98-0027. E-MAIL: Susan J.
Wall, Susan.Wall-1@ksc.nasa.gov. NASA plans to issue a Request for
Offer (RFO) for Single-Phase and Three-Phase Power Distribution Chassis
units. The Government intends to acquire a Commercial Item using FAR
Part 12. This procurement is being conducted under the NASA Midrange
Pilot Test Program offered by the Office of Federal Procurement Policy,
and the Simplified Acquisition Procedures specifically FAR Subpart 13.6
-- Test Program for Certain Commercial Items. The provisions and
clauses in the RFO are those in effect through FAC 97-03. The Defense
Priorities and Allocation System Rating for this procurement is C-9.
THIS IS A SYNOPSIS ONLY -- THIS IS NOT A SOLICITATION. THE SOLICITATION
AND SPECIFICATION WILL BE RELEASED ON OR BEFORE MARCH 10, 1998 WITH AN
ANTICIPATED OFFER DUE DATE OF ON OR ABOUT APRIL 9, 1998. HARD COPIES
OF THE SOLICITATION AND THE SPECIFICATION MAY BE OBTAINED FROM THE
SOURCE (WHICH IS OTHER THAN THE CONTRACTING OFFICER) SHOWN AT THE END
OF THIS SYNOPSIS. All qualified responsible sources may submit an Offer
which shall be considered by the agency. The Government intends to
award a contract resulting from this solicitation to the responsible
Offeror whose offer represents the best value after evaluation in
accordance with the factors that will be listed in the solicitation.
Offerors are encouraged to submit multiple offers presenting
alternative technical specifications for satisfying the requirements of
this solicitation. Each offer submitted will be evaluated separately.
The contract will be a Firm Fixed Price Contract with Option Line Items
and with Option and Indefinite-Quantity Line Items. FAR Clauses
52.232-18 Availability of Funds and 52.232-19 Availability of Funds for
the Next Fiscal Year are applicable to this procurement. This notice is
being issued as a Synopsis for the following: ITEM NO. 1 -- Power
Distribution Chassis (PDC) Single-Phase (Pre-production Unit) meeting
NASA Specifications. Qty: 2 each; Delivery required as follows: 35
business days after the Technical Representative s approval
ofContractor s drawings. ITEM NO. 2 -- Power Distribution Chassis (PDC)
Three-Phase (Pre-production Unit) meeting NASA Specifications. Qty: 2
each; Delivery required as follows: 35 business days after the
Technical Representative s approval of Contractor s drawings. Each
Offeror shall submit with their offer drawings for Item No. s 1 and 2.
ITEM NO. 3 -- OPTION/3 year Extended Warranty for Item No. 1, Qty: 2
each; ITEM NO. 4 -- OPTION/3 year Extended Warranty for Item No. 2,
Qty: 2 each; ITEM NO. 5 -- OPTION/Single-Phase PDC units meeting NASA
Specifications. Qty: 800 each. Delivery required as follows: Deliver a
qty of 50 each to begin 1 month after exercise of the Option. Each
month thereafter, a qty of 50 each shall be delivered until the total
quantity required has been delivered. Estimated Delivery of qty of 200
each beginning approx. 6/15/98, qty of 300 each beginning approx.
10/15/98, and qty of 300 each beginning approx. 4/15/99. ITEM NO. 6 --
OPTION/3 year Extended Warranty for Item No.5, Qty: 800 each; ITEM NO.
7 -- OPTION/INDEFINITE QUANTITY -- Single-Phase PDC units meeting NASA
Specifications. Indefinite-Qty: Minimum Qty 50 each -- Maximum Qty 300
each. Delivery required as follows: Deliver a qty of 50 each to begin
1 month after exercise of the Option. Each month thereafter, a qty of
50 each shall be delivered until the total quantity required has been
delivered. Estimated Delivery of Minimum qty 50 each to Maximum qty 300
each beginning approx. 10/30/99. ITEM NO. 8 -- OPTION/INDEFINITE
QUANTITY -- 3 year Extended Warranty for Item No. 7, Indefinite-Qty:
Minimum 50 each -- Maximum 300 each; ITEM NO. 9 -- OPTION/Three-Phase
PDC units meeting NASA Specifications. Qty: 200 ea. Delivery required
as follows: Deliver a qty of 25 each to begin 1 month after exercise of
the Option. Each month thereafter, a qty of 25 each shall be delivered
until all have been delivered. Estimated Delivery of qty of 100 each
beginning approx. 6/30/98 and qty of 100 each beginning approx.
10/30/98. ITEM NO. 10 -- OPTION/3 year Extended Warranty for Item No.
9, Qty: 200 each; ITEM NO. 11 -- OPTION/INDEFINITE QUANTITY --
Three-Phase PDC units meeting NASA Specifications. Indefinite-Qty:
Minimum Qty 25 each -- Maximum Qty 100 each. Delivery required as
follows: Deliver a qty of 25 each to begin 1 month after exercise of
the Option. Each month thereafter, a qty of 25 each shall be delivered
until the total quantity required has been delivered. Estimated
Delivery of Minimum qty 25 each to Maximum qty 100 each beginning
approx. 10/30/99. ITEM NO. 12 -- OPTION/INDEFINITE QUANTITY -- 3 year
Extended Warranty for Item No. 11, Indefinite-Qty: Minimum 25 each --
Maximum 100 each. Offerors will be asked to submit copies of the Terms
and Conditions of the Commercial Warranty on their products and also
the Terms and Conditions of the 3 Year Extended Warranty that will be
offered. PLEASE NOTE THAT ITEM NO. S 3-6, 9, AND 10 ARE OPTION ITEMS
AND ITEM NO. S 7, 8, 11, AND 12 ARE OPTION/INDEFINITE QUANTITY ITEMS.
DELIVERY All items are to be delivered FOB Destination, NASA Kennedy
Space Center, Florida. The delivery dates shown above for Option Item
No. s 5, 7, 9 & 11 are tentative. If the Options for the 3 year
Extended Warranties are exercised by the Government they shall start
after the Commercial Warranties expire. Period of Performance for the
Extended Warranties shall be for a period of 3 years. SIC Code and Size
Standard are 3612 and 750 respectively. The DPAS rating for this
procurement is DO-C9. NASA Numbered Notes A and B are applicable. Any
referenced NASA numbered notes can be viewed via Internet at
http://genesis.gsfc.nasa.gov/nasanote.html. This procurement is a small
business set-aside -- See CBD Note 1. This note can be viewed via
Internet at http://cbdnet.gpo.gov/num-note.html. The solicitation and
any documents related to this procurement will be available over the
Internet. These documents will be in Microsoft Office Suite (Word 6.0,
Excel 5.0, PowerPoint 4.0) format and will reside on a World Wide Web
(WWW) server, which may be accessed using a WWW browser application.
The WWW address, or URL of the NASA/KSC Business Opportunities home
page is http://procurement.nasa.gov/EPS/KSC/class.html. It is the
Offeror s responsibility to monitor this site for the release of the
Solicitation and Amendments (if any). Potential Offerors will be
responsible for downloading their own copy of the Solicitation and
Amendments (if any). Hard copies of the Solicitation (reference RFO
number) and Specification (when they are available) may be obtained
from ATS-PRO, Kennedy Space Center, Florida 32899, Phone No.
407-867-2851 or FAX No. 407-867-9187. (0050) Loren Data Corp. http://www.ld.com (SYN# 0227 19980224\61-0001.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|