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