Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1999 PSA#2400

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

61 -- SERIAL DIGITAL VIDEO COAX PLENUM CABLE SOL RFQ-10-99-0053 DUE 080699 POC Laura C. Blevins, Contract Specialist, Phone (407) 867-7278, Fax (407) 867-1029, Email laura.blevins-1@ksc.nasa.gov -- David D. Reeves, Contracting Officer, Phone (407) 867-3999, Fax (407) 867-1029, Email David.Reeves-1@ksc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/KSC/date.html#RFQ-10-99-0053. E-MAIL: Laura C. Blevins, laura.blevins-1@ksc.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 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 manufacturer of the product must also be a small business per FAR 19.502-2 (a), (c). This notice is being issued as a Request for Quotes (RFQ) for the following: ITEM NO. 1 -- 60,000 feet total in the following colors: Green: 1000 ft., Red: 1,000 ft., Blue: 5,000 ft. in 1000 ft. reels, Yellow: 53,000 ft. in 1,000 foot reels of serial digital video coax plenum cable. (Positive variation in quantity only per reel footage at the Contractor's expense) Cable Salient Characteristics: Conductor Size: 18 AWG Conductor Type: Solid Bare Copper.040 Conductor nominal DCR (kft/km): 6.4 / 9.9 Dielectric Type: GI. Foam PE Dielectric nominal outer diameter (in/mm): 0.180/4.57 Shield Type and Coverage: Inner Foil 100%, outer TC 95% braid Shield nominal DCR (kft/km): 2.8 / 9.32 Jacket Type: PVC Jacket Thickness (in/mm): 0.016 / 0.406 Cable Outside Diameter (in/mm): 0.275 / 6.99 Nominal Capacitance (pF/ft, pF,m): 16.2, 53.1 Nominal Velocity of Propogation: 83% Nominal Impedence: 75 Nominal Attenuation: 3.1 dB/100 ft or 10.2 dB/100m @ 270 MHz 3.6 dB/100ft or 12.0 dB/100m @ 360 MHz ITEM NO. 2 -- Pre-Fabricated precision serial digital video coaxial cable. All cables shall be terminated at each end with a BNC connector. A total of 1600 YELLOW cables at 60 feet each in length (Positive variation in quantity only per reel footage at the Contractor's expense). All Pre-Fabricated cable will be tested for shorts and continuity per best commercial practices. A data sheet with test results shall be provided as part of delivery of the pre-fabricated cable. Cable Salient Characteristics: Conductor Size: 18 AWG Conductor Type: Solid Bare Copper .040 Conductor nominal DCR (kft/km): 6.4 / 9.9 Dielectric Type: GI. Foam PE Dielectric nominal outer diameter (in/mm): 0.180/4.57 Shield Type and Coverage: Inner Foil 100%, outer TC 95% braid Shield nominal DCR (kft/km): 2.8 / 9.32 Jacket Type: PVC Jacket Thickness (in/mm): 0.016 / 0.406 Cable Outside Diameter (in/mm): 0.275 / 6.99 Nominal Capacitance (pF/ft, pF,m): 16.2, 53.1 Nominal Velocity of Propogation: 83% Nominal Impedence: 75 Nominal Attenuation: 3.1 dB/100 ft or 10.2 dB/100m @ 270 MHz 3.6 dB/100ft or 12.0 dB/100m @ 360 MHz DELIVERY: The above items are to be delivered by September 24, 1999, to the Kennedy Space Center, Florida. The above items are required to be delivered FOB Destination to NASA, Kennedy Space Center, Florida. Equivalent cable and/or connectors shall be evaluated for compliance prior to purchase. Cable assemblies shall be labeled per best commercial practices. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The FAR provisions and clauses in the RFQ are those in effect through FAC 97-11. All FAR clauses may be obtained via the internet at http://procurement.nasa.gov/FAR/. The DPAS rating for this procurement is DO-C-9. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. The SIC code and the small business size standard for this procurement are 3357 and 1000 respectively. The offeror shall state in their quotation their size status for this procurement. An ombudsman has been appointed -- See Internet Note "B". Any referenced NASA notes can be viewed via Internet at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. QUOTE: All responsible business sources may submit a quote which shall be considered by the agency. Samples of the cable may be requested from offerors. If the offeror requires the sample to be returned, it will be at the offeror's expense. The offeror shall provide current catalog, data sheets and test data with their quote. If not a product of the offeror, the name of the subcontractor shall be provided along with the aforementioned data. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Questions regarding this acquisition must be submitted in writing no later than 4:30 P.M. EST, August 2, 1999, to Laura C. Blevins by fax to 407/867-1029 or Internet e-mail to laura.blevins-1@ksc.nasa.gov. QUOTATIONS ARE DUE BY 4:30 P.M. EST, August 6, 1999. Quotations shall go to the Contract Specialist stated below. Offeror must provide a copy of the provision FAR 52.212-3, Representations and Certifications -- Commercial Items, with their quote. A copy of theform is available as an attachment to this solicitation. If the end product quoted is other than a domestic end product as defined in the 52.212-3 (f), the quoter shall so state and shall list the country of origin. Offerors shall provide the information required by FAR 52.212-1; FAR 52.212-4; and FAR 52.212-5. The following identified clauses in FAR 52.212-5(b) are incorporated by reference: 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-34, and 52.225-3. All FAR Clauses may be obtained via Internet at http://procurement.nasa.gov/FAR/. The offeror should also provide a Commercial and Government Entity (CAGE) Code. Information about CAGE Codes may be obtained from the following URL: http://www.dlis.dla.mil/cage_welcome.htm By submission of its offer, the offeror represents that, if it is subject to the reporting requirements of 37 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has submitted the most recent report required by 37 U.S.C. 4212(d). Quotations for the items(s) described above may be mailed or faxed to the identified point of contact should 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 should be signed by an authorized company representative. The offeror shall identify any special commercial terms included in the quote. 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. This synopsis solicitation identifies minimum requirements. The offeror must ensure that quotes demonstrate product compliance with the specification to enable the Government to evaluate compliance with the specification. Failure to demonstrate the quoted product meets the minimum requirements may result in your quote being considered unacceptable. 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). Hard copies may be obtained from the identified point of contact; however, the closing date is as stated in this combination synopsis/solicitation, inclusive of any amendments. Facsimile Offers are authorized; however, the Government shall not assume responsibility for proper transmission. FACSIMILE OFFERS SHALL BE FOLLOWED BY THE ORIGINALS IN THE MAIL. Posted 07/29/99 (D-SN360639). (0210)

Loren Data Corp. http://www.ld.com (SYN# 0373 19990802\61-0008.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page