Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

H -- FAST PREMIUM CT 4G EXTREME

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11396015Q
 
Response Due
7/20/2011
 
Archive Date
7/6/2012
 
Point of Contact
Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
 
E-Mail Address
Nancy M. Shumaker
(Nancy.M.Shumaker@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 one each of a FastPremium CT 4G eXtreme in accordance with the following specifications: X-ray Computed Tomography Fast Reconstruction ApplianceSpecifications:Must be fully compatible with Northstar Imaging X-ray CT system and Projection Images.Must result in identical reconstructed images to current Northstar Imaging X-ray CTsystem.Technical hardware specifications should include what is shown below or the equivalent ofthis:efX-CT Workstation Premium 4G XTreme Windows Based Dual Quad-Core Processor (Total 8 CPUs) 64GB RAM 12 TB Hard Drive with High Speed Raid 5 capabilities 4 GPU Tesla Supercomputer, including: o 1792 total processing cores o 24 GB of GPU Memory o 3D Rendering capabilities 30 high resolution flat panel monitor NVidia 4 GPU supercomputer with a total of 1792 processing cores and 24 GB of memory.See upload for performance specifications. If you have any problems viewingspecification, please call me at 216-433-2133.The provisions and clauses in the RFQ are those in effect through FAC 2005-52A.The NAICS Code and the small business size standard for this procurement are 334513/500respectively. 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/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 isrequired within 6 weeks ARO. Offers for the item described above are due by COB 07/20/2011 to NASA/Glenn ResearchCenter, Attn: Nancy Shumaker (MS: 60-1), 21000 Brookpark Road, Cleveland, OH 44135-3127and must include, solicitation number, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. 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 offered is other than domestic end product as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28, 52.222-3, 52.222-21, 52.222-36, 52.223.18,52.225-1, 52.225-13 and 52.232.33.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 (e-mail or fax) to NancyShumaker not later than 07/20/2011. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements such as delivery, installation,training and maintenance shall also be considered. It is critical that offerors provideadequate 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 (MAR 2011), 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=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11396015Q/listing.html)
 
Record
SN02490606-W 20110708/110706234833-dee8d2755d5f261eb92e5d2627947d11 (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.