Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2004 FBO #0774
SOLICITATION NOTICE

D -- RAPID PROTOTYPE MACHINE

Notice Date
1/8/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ-BJ2-JHM-04-001Q
 
Response Due
2/9/2004
 
Archive Date
1/8/2005
 
Point of Contact
Michal K. Malik, Contract Specialist, Phone (281) 244-9407, Fax (281) 483-4173, Email michal.k.malik@nasa.gov - Marie D. Kliment, Contracting Officer, Phone (281) 483-4168, Fax (281) 483-2138, Email marie.d.kliment@nasa.gov
 
E-Mail Address
Email your questions to Michal K. Malik
(michal.k.malik@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for one Rapid Prototype Machine per the attached Statement Of Work. The deliverables include hardware, software, start up assistance, and annual system maintenance. The provisions and clauses in the RFQ are those in effect through FAC 01-18 The NAICS Code and the small business size standard for this procurement are 335999 and size standard of 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery of hardware to NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Building 421 by no later than 30 days after award of contract unless otherwise mutually agreed upon. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by 3:30 p.m. local time to NASA/Lyndon B. Johnson Space Center, 2101 NASA Parkway, Houston Texas, 77058-3696, Mail Code: BJ2/Michal K. Malik, and must 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. Offerors shall provide the information required by FAR 52.212-1 (Oct 2003), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: If the end product(s) offered 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (OCT 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). 52.222-21, Prohibition of Segregated Facilities (E.O. 11246). 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). 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 All contractual and technical questions must be in writing (e-mail or fax) to Michal K. Malik not later than January 23, 2004. Telephone questions will not be accepted. Selection and award will be made (on an aggregate basis) to the lowest priced and technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#108531)
 
Record
SN00500872-W 20040110/040108212455 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.