Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1998 PSA#2038

NASA/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