COMMERCE BUSINESS DAILY ISSUE OF MAY 8, 2001 PSA #2846
SOLICITATIONS
66 -- PORTABLE FIELD CALIBRATION CONTROL UNIT
- Notice Date
- May 4, 2001
- Contracting Office
- NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- 13-SSC-O-01-14
- Response Due
- May 21, 2001
- Point of Contact
- Jason Edge, Contract Specialist, Phone (228) 688-2346, Fax (228) 688-1141, Email Jason.Edge@ssc.nasa.gov -- Rebecca S. Dubuisson, Procurement Officer, Phone (228) 688-1636, Fax (228) 688-1141, Email rebecca.dubuisson@ssc.nasa.gov
- E-Mail Address
- Jason Edge (Jason.Edge@ssc.nasa.gov)
- Description
- 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 will be a Request For Offer (RFO), and is being conducted under the Simplified Acquisition Procedures (SAP). NASA/SSC plans to acquire (2) Portable Field Calibration Control Units, King Nutronics Model 3461-48-3 or equal. The system shall be able to provide stable pressures in a non-laboratory environment up to 10,000 psi, and be housed in an explosion proof casing made of stainless steel. Must be able to withstand normal use in an outdoor environment, and have an internal relief system to prevent over-pressurization. The system must be portable, weigh less than 60 pounds, and be able to handle inlet pressures up to 3000 psig. Must be able to perform precision adjustments for up and down test pressures and incorporate an internal supply cylinder that will hold at least 2,250 psig. The system must utilize quick disconnect fittings on the inlet and test gage ports and be able to quickly fill a large volume whiling providing a stable pressure. System must be certified for use in oxygen systems. A complete set of operator's manuals, service manuals, schematic diagrams, parts list, and any technical information required for proper operation of the system shall be supplied with the equipment. A one year parts and labor warranty is required for the equipment after date of shipment. The provisions and clauses in the RFO are those in effect through FAC 97-25. This acquisition is 100% set aside for small business. The NAICS Code and the small business size standard for this procurement are 334519 and 500, respectively. The offeror shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to SSC is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offerors for the items(s) described above are due by May 21, 2001, and may be mailed or faxed to Jason F. Edge at Jason.edge@ssc.nasa.gov of SSC, DA10, Stennis Space Center, MS 39529-6000, FAX # (228) 688-1141, 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/Forms/Index.html to submit a quotation. Offerors shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 as follows: FAR 52.211-6, 52.211-14, 52.214-34, 52.214-35, 52.232-38. In accordance with NASA FAR SUP 1871.402(a)(2), the successful offeror will be required to provide Representations and Certifications required by FAR 52.212-3 prior to award. 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. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.212-5(b), 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19 and 52.232-33. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than May 9, 2001. 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. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=64 Potential offerors 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://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=64#13-SSC-O-01-14)
- Record
- Loren Data Corp. 20010508/66SOL003.HTM (D-124 SN50L2L1)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on May 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|