Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

66 -- DIGITAL DUAL- AXIS CONTROLLER

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC05101359Q
 
Response Due
3/22/2005
 
Archive Date
3/8/2006
 
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. This notice is being issued as a Request for Quotations (RFQ) for a Dual-Axis Digital Controller. See specification in attached RFQ. The provisions and clauses in the RFQ are those in effect through FAC 01-27. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The NAICS Code and the small business size standard for this procurement are 334519 & 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 to GRC is required within 90 days 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 March 22, 2005 by 4:00 PM EST to Glenn Research Center, ATTN: Kelly Boos MS 500-306, 21000 Brookpark Rd, Cleveland, OH 44135 and MUST INCLUDE solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), Cage code, quantity, unit price, extended price, identification of any special commercial terms, and be signed by an authorized company representative. Missing information delays award and may disqualify company from consideration. Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), 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. Addenda to FAR 52.212-4 are as follows: See Terms and Conditions in attached RFQ. Selection and award will be made to that offeror whose quote will be most advantageous to the Government. Best Value Criterion: 1. Compatibility with current government owned equipment (axial/torsional load frame and supporting measurement devices) 2. Implementation of control during specimen loading and unloading for safe operation. 3. Past Performance history of successfully upgrading dual servo-channel digital controllers. 4. Demonstrated capability of performing dual servo-channel control with specified phase difference. 5. Ease of implementation, for example writing complex test routines It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)(4)). FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: See attached RFQ. 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 Kelly Boos not later than March 21, 2005. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government. See attached RFQ. 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". All prospective contractors must be registered in the Central Contractor Registrations Database prior to any award of contract or purchase order. Register at http://www.ccr.gov 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=22 . 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=22#114489)
 
Record
SN00765004-W 20050310/050308212853 (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.