Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

40 -- CORD REELS AND CABLE

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK06115729R
 
Response Due
3/3/2006
 
Archive Date
2/16/2007
 
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 Cord Reel Quantity=253 A high visibility (i.e. bright orange or yellow), non-metallic reel device capable of holding up to 500 feet of cable 1/3? in diameter. Device must have a winding handle and axle type construction to allow for straight loading of long cables. Sensor Cable (250' long) Quantity= 226 Cable assembly consisting of one MS3101F14S-2P connector with solder cups, 250? of Alpha F18004LW cable (or equal). Connectorized end to be wired to match pinout of Site Transceiver input connectors. Cable strain relief between the connector and cable is required. Plastic caps to be provided with each connector. Free end of cable to be stripped and splayed 2? with ?? of each conductor stripped and tinned with 60/40 grade solder. Power Cable (250' long) Quantity= 15 Cable assembly consisting of one MS3101F14S-6P connector with solder cups, 250? of Alpha F16007LW cable (or equal). Connectorized end to be wired to match pinout of Site Transceiver power connectors. Cable strain relief between the connector and cable is required. Plastic caps to be provided with each connector. Free end of cable to be stripped and splayed 2? with ?? of each conductor stripped and tinned with 60/40 grade solder. The provisions and clauses in the RFQ are those in effect through FAC 2005-06. 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 334419 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 Kennedy Space Center, FL is required within 45 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 4:30 PM local time on 3/3/06 to emily.m.unbehaun@nasa.gov 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. Addenda to FAR 52.212-1 are as follows: Please provide adequate information in product descriptions to determine technical acceptability. 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 attached solicitation document. 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 solicitation document. 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 Emily M. Unbehaun not later than 2/21/06 Telephone questions will not be accepted. Selection and award will be made (on an aggregate basis) 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. 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=76 . 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=76#119078)
 
Record
SN00990044-W 20060218/060216213420 (fbodaily.com)
 
Source
FedBizOpps 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.