Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

59 -- CONNECTORS

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ10355398Q
 
Response Due
9/22/2010
 
Archive Date
9/15/2011
 
Point of Contact
Perry L. Mueller, Contract Specialist, Phone 281-483-7158, Fax 281-244-0995, Email perry.l.mueller@nasa.gov
 
E-Mail Address
Perry L. Mueller
(perry.l.mueller@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 spacerated connectors per International Space Station Program Document SSQ (Space StationQuality) 21635 (Part Number, Qty):P/N: NATC77H25LN7PPN, Qty:4P/N: NATC77H13N35PPN, Qty:4P/N: NATC77H13N4PPN, Qty:4P/N: NATC77H25N35PPN, Qty:4P/N: NATC77H25N61PPN, Qty:4P/N: NATC77H25N35PPA, Qty:4P/N: NATC06G25LN7SN, Qty:5P/N: NATC06G13N35SN, Qty:5P/N: NATC06G13N4SN, Qty:5P/N: NATC06G25N35SN, Qty:5P/N: NATC06G25N61SN, Qty:5P/N: NATC06G25N35SA, Qty:5Per SSQ 21635 for the purchase of these parts identified in this solicitation, theGovernment requires Amphenol products, and no other brands will satisfy the Governmentsrequirements. Only authorized distributors of Amphenol products will be considered for selection.The provisions and clauses in the RFQ are those in effect through FAC 2005-44.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 334417 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, Houston,TX 77058-3696 is required no later than52 weeks ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 2:00PM CST on September 22, 2010 toPerry L. Mueller,perry.l.mueller@nasa.gov, and must include, solicitation number, FOBdestination to this Center, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. 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 (JUN 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21,52.222-26, 52.222-36, 52.225-1, 52.225-2, 52.225-13, 52.232.33The 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 e-mail to Perry L.Mueller,perry.l.mueller@nasa.gov, not later than 2:00pm CST on September 20, 2010. Telephone questions 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 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand 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 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/NNJ10355398Q/listing.html)
 
Record
SN02283214-W 20100917/100916000255-a53e88347c9ef3c848f7aa271ed660f0 (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.