Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1999 PSA#2501

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

71 -- CLCS TEST CONDUCTOR CONSOLE ENCLOSURES SOL RFO10-00-0007 POC Jacklyn L. Norman, Contract Specialist, Phone (407)867-7056, Fax (407)867-1029, Email jacklyn.norman-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.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&;pin=76#RFO10-00- 0007. E-MAIL: Jacklyn L. Norman, jacklyn.norman-1@ksc.nasa.gov. NASA plans to issue a Request for Offer (RFO) for Test Conductor Console Enclosures for the Checkout and Launch Control System (CLCS). The Government intends to acquire a Commercial Item using FAR Part 12. This procurement is being conducted under the NASA Midrange Procurement Procedures. The provisions and clauses in the RFO are those in effect through FAC 97-14. The Defense Priorities and Allocation System Rating for this procurement is C-9. THIS IS A SYNOPSIS ONLY -- THIS IS NOT A SOLICITATION. THE SOLICITATION AND THE DRAWINGS WITH SPECIFICATIONS WILL BE RELEASED ON OR ABOUT JANUARY 7, 2000, WITH AN ANTICIPATED OFFER DUE DATE ON OR ABOUT FEBRUARY 7, 2000. HARD COPIES OF THE SOLICITATION AND THE DRAWINGS WITH SPECIFICATIONS MAY BE OBTAINED FROM THE SOURCE (WHICH IS OTHER THAN THE CONTRACTING OFFICER) SHOWN AT THE END OF THIS SYNOPSIS. This is a total small business set-aside. All qualified responsible sources may submit an Offer that shall be considered by the agency. The Government intends to award a contract resulting from this solicitation to the responsible Offeror whose offer represents the best value after evaluation in accordance with the factors that will be listed in the solicitation. The contract will be a Firm-Fixed-Price Contract with Indefinite-Quantity Line Items. This notice is being issued as a Synopsis for the following: ITEM NO. 1 -- Contractor Shop Drawing Package, Full-Size, meeting NASA Specifications. Part Numbers (P/N) 84K04513-1, 084K04513-2, 84504513-5, and 84K04513-6. Qty: 2 each. Delivery required 21 days after Contract Award. ITEM NO. 2 -- Short Test Conductor Console Enclosure (Pre-production Unit) meeting NASA Specifications. P/N 84K04513-1. Qty: 1 each. Delivery required 65 days after Contract Award. ITEM NO. 3 -- Tall Test Conductor Console Enclosure (Pre-production Unit) meeting NASA Specifications. P/N 84K04513-2. Qty: 1 each. Delivery required 65 days after Contract Award. ITEM NO. 4 -- Short Test Conductor Console Side Cover Panels (Pre-production Units) meeting NASA Specifications. P/N 84K04513-5. Qty: 1 set of 2 each. Delivery required 65 days after Contract Award. ITEM NO. 5 -- Tall Test Conductor Console Side Cover Panels (Pre-production Units) meeting NASA Specifications. P/N 84K04513-6. Qty: 1 set of 2 each. Delivery required 65 days after Contract Award. ITEM NO. 6 -- Short Test Conductor Console Enclosure (Production Unit) meeting NASA Specifications. P/N 84K04513-1. Quantity: Minimum 11 each, Maximum 34 each. Delivery to occur incrementally between July 1, 2000, and December 30, 2002. ITEM NO. 7 -- Tall Test Conductor Console Enclosure (Production Unit) meeting NASA Specifications. P/N 84K04513-2. Quantity: Minimum 4 each, Maximum 14 each. Delivery to occur incrementally between July 1, 2000, and December 30, 2002. ITEM NO. 8 -- Short Test Conductor Console Side Cover Panels (Production Units) meeting NASA Specifications. P/N 84K04513-5. Quantity: Minimum 18 sets of 2 each, Maximum 59 sets of 2 each. Delivery to occur incrementally between July 1, 2000, and December 30, 2002. ITEM NO. 9 -- Tall Test Conductor Console Side Cover Panels (Production Units) meeting NASA Specifications. P/N 84K04513-6. Quantity: Minimum 7 sets of 2 each, Maximum 16 sets of 2 each. Delivery to occur incrementally between July 1, 2000, and December 30, 2002. PLEASE NOTE THAT ITEM NOS. 6, 7, 8, AND 9 ARE INDEFINITE QUANTITY ITEMS. Offerors will be asked to submit copies of the Terms and Conditions of the Commercial Warranty on products that will be offered. DELIVERY All items are to be delivered FOB Destination, NASA Kennedy Space Center, Florida. The delivery dates shown above for Item Nos. 6, 7, 8, & 9 are tentative. SIC Code and Size Standard are 3572 and 1000, respectively. The DPAS rating for this procurement is DO-C9. NASA Numbered Notes A and B are applicable. Any referenced NASA numbered notes can be viewed via Internet at http://genesis.gsfc.nasa.gov/nasanote.html. CBD Note 1 is also applicable. This note can be viewed via Internet at http://cbdnet.gpo.gov/num-note.html. The solicitation for this procurement will be available over the Internet. This document will be in Microsoft Office Suite (Word 6.0) format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address or URL of the NASA/KSC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&;pin=76. It is the Offeror's responsibility to monitor this site for the release of the Solicitation and Amendments (if any). Potential Offerors will be responsible for downloading their own copy of the Solicitation and Amendments (if any). Hard copies of the Solicitation (reference RFO number) and the Drawings with Specifications (when they are available) may be obtained from ATS-PRO, Kennedy Space Center, Florida 32899, Phone No. 407/867-2851 or FAX No. 407/867-9187. Posted 12/20/99 (D-SN410065). (0354)

Loren Data Corp. http://www.ld.com (SYN# 0219 19991222\71-0001.SOL)


71 - Furniture Index Page