Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

59 -- SRAM ENGINEERING MODELS

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ09286649Q
 
Response Due
6/5/2009
 
Archive Date
6/1/2010
 
Point of Contact
Wendy S. Crisman, Contract Specialist, Phone 281-244-6459, Fax 281-483-2138, Email wendy.s.crisman@nasa.gov<br />
 
E-Mail Address
Wendy S. Crisman
(wendy.s.crisman@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for the following parts(Part Number--Description):HXS6408AEN--512K X 8 SRAM (Static Random Access Memory) Engineering Model (Qty:6)HXSR01632DEN--16x32 SRAM Engineering Model (Qty:6)Only advanced microcircuits manufacturers who are on the Department of Defense'sQualified Manufacturers List (QML), which qualifies parts to MIL-PRF-38535 Class V, cansupply the required parts. The Government's required criteria can only be met by thestated Honeywell devices. No other brands will suffice. The provisions and clauses in the RFQ are those in effect through FAC 2005-32.The NAICS Code and the small business size standard for this procurement are 334511 and500 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA/Johnson Space Center, 2101 NASA Parkway, Houston TX 77058-3696 isrequired within 8 weeks ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 2:00 pm CST on June 5, 2009 to WendyCrisman, wendy.s.crisman@nasa.gov,and must include, solicitation number, FOB destinationto this Center, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36,52.225-1, 52.225-13, 52.232-34, 52.209-1The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The following NFS clause is applicable and is incorporated by reference: NFS 1852.209-70,Product Removal from Qualified List.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 to Wendy Crisman,wendy.s.crisman@nasa.gov, not later than 2:00pm CST on June 3, 2009. Telephonequestions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement.Offerors must include completed copies of the provision at 52.212-3 (FEB 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ09286649Q/listing.html)
 
Record
SN01832118-W 20090603/090601234605-3f81f9f34ba4be04040ea808cc79ea5f (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.