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