SOLICITATION NOTICE
58 -- DESIGN AND CONSTRUCTION OF MODEL TOWER ASSEMBLY FOR 400FT AND 1/2 MILE ANTENNA RANGES
- Notice Date
- 4/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM05108435R
- Response Due
- 5/4/2005
- Archive Date
- 4/19/2006
- Description
- This procurement is a total small business set-aside. 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 a single model tower assembly. This tower is needed to operate the Scientific Atlanta 400 foot Range and 1/2 mile Range positioner systems located at Marshall Space Flight Center Antenna Range Test Facility. This Model Tower Assembly, when interfaced together, will support antenna radiation distribution pattern testing on Boeing Delta IV antenna pattern testing as well as Shuttle Range Safety antenna testing. The control equipment must be compatible and interface with existing equipment at the MSFC antenna range. Preliminary market research was done and found that MI Technologies has a product that meets all of MSFC's specifications and requirements. Please see attached documentation for these requirements. Marshall Space Flight Center is looking to procure a "name brand or equal too" tower assembly. Any quotes received against this solicitation will be technically reviewed to verify that all the specifications are met. In addition to the tower assembly, MSFC also has a 5626 polarization positioner that interfaces with the tower assembly which is needing refurbishment. This effort will be included within the purchase order. Attached document has the refurbishment information and specifications for a required 30 foot control cable set for electrical interface with the GFE SA-5626 positioner. All responsible sources may submit an offer which shall be considered by the agency. Delivery shall be FOB Destination. Offers for the items(s) described above are due by May 4, 2005, 4:30 p.m. Central Standard Time 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 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. 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 JANET APPLETON at janet.appleton@msfc.nasa.gov, fax number 256-544-6062 no later than May 4, 2005. Telephone questions will not be accepted. (FAR 15.101-2) Selection and award will be made to the lowest priced, 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. An ombudsman has been appointed -- See NASA Specific Note "B". 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=62 . 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=62#115089)
- Record
- SN00791421-W 20050421/050419212707 (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 |