Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

99 -- RADIO FREQUENCY SEALER

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ04079081R
 
Response Due
9/7/2004
 
Archive Date
8/25/2005
 
Point of Contact
Learon J. Comeaux, Contract Specialist, Phone (281) 483-6525, Fax (281) 244-5331, Email learon.j.comeaux@nasa.gov - Tim A. Boyes, Contract Officer, Phone (281) 483-1838, Fax (281) 244-5331, Email timothy.a.boyes@nasa.gov
 
E-Mail Address
Email your questions to Learon J. Comeaux
(learon.j.comeaux@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 Proposal (RFP) for a radio frequency sealer for the Crew and Thermal Systems softgoods lab, that will enable the lab to seal polymer films for prototype and flight hardware development of articles such as water bags and gloves. The finished product shall consist of the frequency generator, press, upper platen, and work bed. The vendor shall provide an RF Welder system that will encompass a 15 kw rated R.F. generator, an R.F. Shielding, a two-handed operator and a 20" X 33" inch upper platen. The vendor shall also furnish a work bed that is 24" X 36", a 6.0 inch main cylinder with an 8 inch stroke. The Vendor shall supply a warranty of one year for parts following installation. Delivery is required 3 weeks after receipt of order. See attached statement of work (SOW). The provisions and clauses in the RFP are those in effect through FAC 01-24. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 423610 AND 500 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 to NASA/Johnson Space Center, Transportation Officer, Building 421, 2101 NASA Parkway, Houston, TX 77058-3696 is required within 3 weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 1:30p.m. CDT, September 7, 2004 to NASA/Johnson Space Center, ATTN: BH2/Learon Comeaux, 2101 NASA Parkway, Houston, TX 77058 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 are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. 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 (MAY 2004), 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 (Jul 1995). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). FAR CLAUSE 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003 is incorporated by reference). 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 Learon Comeaux not later than August 31, 2004. Telephone questions will not be accepted. The Government will award this contract based on lowest price, technically acceptable source selection process (FAR 15.101-2), with consideration given to the factors of past performance. 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. The statement of work included will serve as the Government's baseline requirements for this acquisition. 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=D&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#112134)
 
Record
SN00654204-W 20040827/040826080300 (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.