Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

70 -- DIGITAL TURNAROUND ROUTER

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK07190894Q
 
Response Due
4/10/2007
 
Archive Date
3/28/2008
 
Small Business Set-Aside
N/A
 
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: Digital Turnaround Router, P/N: DTA-3254-ASI, quantity of 4 each. Minimum inputs: 2 terrestrial ATSC (F-type connector), 2 ASI (BNC connector); configuration control/monitoring via Ethernet (RJ-45), DVB Service information (SI) injection via ASI or Ethernet. Minimum outputs: 1 Ethernet, 2 mirrored ASI; Ability to process ATSC inputs; Ability to create and edit DVB ASI tables for ASI output. The provisions and clauses in the RFQ are those in effect through FAC 01-16. The NAICS Code and the small business size standard for this procurement are 334310 and 750 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 KSC is required within 30 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 close of business, April 10, 2007 to NASA/KSC, Attn: Karen M. Griffin, email: karen.m.griffin@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 2006), 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 via email to Tyrone Frey not later than close of business, April 4, 2007. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of technical compatiability, and price. Other critical requirements: Compatiability with existing equipment. Manufacturer shall meet the requirements for ITU.J83 Annex A and Annex B Transport Stream Manipulation. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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 or prospective contractors can elect to complete annual representations and certifications electronically via online Reps and Certs application (ORCA) website at http://orca.bpn.gov. These representations and certifications will be incorporated by reference in any resultant contract. All prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to submission of a quote or any award of a purchase order. Register at http://www.CCR.gov 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=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#124085)
 
Record
SN01261478-W 20070330/070328221736 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.