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