|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1999 PSA#2291NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 35 -- DICING SAW SOL 1-075-GJE.8822 DUE 031199 POC Evangeline G.
Poulson, Purchasing Agent, Phone (757)-864-2433, Fax (757) 864-9774,
Email E.G.POULSON@larc.nasa.gov -- Sandra M. Glenn, Contracting
Officer, Phone (757)-864-2413, Fax (757) 864-8863, Email
S.M.GLENN@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-075-GJE.8822. E-MAIL:
Evangeline G. Poulson, E.G.POULSON@larc.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; quotes are being requested and a
written solicitation will not be issued. This procurement is being
conducted under the Simplified Acquisition Procedures (SAP). One (1)
each of a precision dicing/cutting saw to include the following
specifications. Shall have computer programmable control of process
parameters through interactive menu driven screens; shall include
program storage capability; shall include on-site installation and
operator training; shall have integrated vision system for specimen
alignment; shall have a grooved vacuum chuck to accommodate the use of
film frames and grip rings; shall have a non-contact setup system to
adjust depth of cut (z-axis). System shall compensate (z-axis) for
blade water prior to and automatically during operation. Shall be able
to cut specimens at least 0.5" thick, with a work piece size of 6.0"
in diameter; shall accommodate 3" diameter blades; shall have
non-corrosive non-petroleum based coolant system; shall have a maximum
footprint of 4.0 W x 4.0 D x 5.0 H; -"X" axis shall have a usable
stroke of 7.5" and a variable cutting speed from .01-10 (in/sec); -"Y"
axis shall have a usable stroke of 6.0", a minimum indexing step of
.001", and an indexing accuracy of .0002"; -"Z" axcis shall have a
cutting stroke of 1.0:, step of .00001", and repeating accuracy of
.0001"; spindle speed shall be variable from 4,000 to 40,000 rpm, with
output power of 1.4 (kW); electrical service shall not exceed 220V, 3
phase. The provisions and clauses in the RFQ are those in effect
through FAC 97-10. This procurement is a total small business
set-aside. See Note 1. The SIC code and the small business size
standard for this procurement are 3545 and 500 employees, respectively.
Delivery to Langley Research Center is required within 30 days after
date of order. Delivery shall be FOB Destination. The DPAS rating for
this procurement is DO-C9. Quotations for the items(s) described above
may be mailed or faxed to the identified point of contact [or bid
distribution office, 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. Quoters are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. Please note that payments are to be made by electronic funds
transfer, accordingly, you must provide the mandatory information for
electronic funds transfer with your representations and
certifications. Failure to provide this information may delay or
prevent the receipt of payments through the Automated Clearinghouse
Payment System. 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. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. 52.222-3, 52-233-3, 52.222-26,
52.222.36 and 52.225-3. Questions regarding this acquisition must be
submitted in writing no later than February 26, 1999. Quotations are
due by March 11, 1999 to the address specified above. Selection and
award will be made (on an aggregate basis) to the lowest priced,
technically acceptable quoter. Technical acceptability will be
determined by information submitted by the quoter providing a
description in sufficient detail to show that the product quoted meets
the Government's requirement. Quoters 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 quoter's responsibility to monitor this
site for the release of amendments (if any). Potential quoters 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://cbdnet.access.gpo.gov/num-note.html and
http://genesis.gsfc.nasa.gov/nasanote.html Posted 02/24/99
(D-SN301960). (0055) Loren Data Corp. http://www.ld.com (SYN# 0233 19990226\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|