Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BE

25 -- AIR TRANSPORTABLE RACK FLIGHT CHASSIS FOR X-38 SOL 9-BE13-18-8-46P DUE 092598 POC Yolande B. Harden, Contracting Officer, Phone (281) 483-9953, Fax (281) 244-5337, Email yolande.b.harden1@jsc.nasa.gov -- Yolande B. Harden, Contracting Officer, Phone (281) 483-9953, Fax (281) 244-5337, Email yolande.b.harden1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-18-8-46P. E-MAIL: Yolande B. Harden, yolande.b.harden1@jsc.nasa.gov. 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 procurement is being conducted under FAR Subpart 13.5. NASA/Johnson Space Center has a requirement for the procurement of 14 air transportable rack (ATR) flight chassis' for utilization on the X-38 project. The chassis shall comply with the specifications attached. Delivery of the hardware is required 180 days ARO. In addition to the basic requirements, offerors should provide technical and price information on the following optional requirements: 1) environmental stress screening; 2) Mil-spec power supplies; and 3) 4 additional ATR chassis'. The provisions and clauses in the RFO are those in effect through FAC 97-06. The SIC code and the small business size standard for this procurement are 3764 and 1000 employees, respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to NASA/JSC is required within 180 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above may be mailed or faxed to the identified point of contact, by the date/time specified and 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://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Offerors shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: 1) Submit a compliance matrix for each of the specifications/requirements; 2)Submit proof of ability to build an ATR chassis for the space environment; 3) Submit price information for the basic requirements listed in the attached specification; 4) Submit price information for the optional requirements listed in the attached specification; 5) Submit past performance references for similar projects (at least 2) for evaluation. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda -- The following clause is applicable to this procurement: Year 2000 Compliance (May 1998). FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act -- Supplies. Questions regarding this acquisition must be submitted in writing no later than September 18, 1998. Offers are due by September 25, 1998 to the address specified above. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFO will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Offerors must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the offeror's responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 09/03/98 (D-SN245928). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0258 19980908\25-0003.SOL)


25 - Vehicular Equipment Components Index Page