Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

70 -- 4K PROFESSIONAL MONITOR

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
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
NNK15562000Q
 
Response Due
9/4/2015
 
Archive Date
9/2/2016
 
Point of Contact
Mike Janosz, Contract Specialist, Phone 321-861-7155, Email michael.r.janosz@nasa.gov
 
E-Mail Address
Mike Janosz
(michael.r.janosz@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This 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. Kennedy Space Center (KSC) has a requirement for a Panasonic BT-4LH310 or equal 4K professional LCD monitor to support mission operations. In accordance with FAR 11.104(b), the attached specification document will be used to determine if the proposed equal product is technically acceptable. This notice is being issued as a Request for Quotation for the following: Line Item 1: Panasonic BT-4LH310 (or equal in accordance with the attached specification); Quantity 1 Delivery of the above line items shall be not later than October 9, 2015. Quotation must reflect that the delivery date can be met. Interested organizations may submit their written quotation and written detailed capabilities/qualifications to perform the effort in writing to the identified point of contact not later than 12:00 PM EST on September 4, 2015. Such detailed capabilities and qualifications must demonstrate in writing the ability to meet this requirement and will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Evaluation criteria are technical acceptability and overall lowest cost. It is critical that offerors provide adequate product and delivery detail to allow evaluation of the offer.(SEE FAR 52.212-1(b)). Offers for the items(s) described above are due by 12:00 PM EST on September 4, 2015 via email to Michael.R.Janosz@nasa.gov. Response via email is required. Questions must be received in writing (email) by 12:00 PM EST on September 3, 2015, to the identified point of contact. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The provisions and clauses in the RFQ are those in effect through FAC 2005-83. The NAICS Code and the small business size standard for this procurement are 334310, with a small business size standard of 750 employees. The offeror shall state in their offer their size status for this procurement. The DPAS rating for this procurement is DO-C9. Offers must include solicitation number, FOB destination to KSC, 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 must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. These representations and certifications will be incorporated by reference in any resultant contract. Prospective offerors may 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): https://prod.nais.nas a.gov/cgibin/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). 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. Offerors shall provide the information required by FAR 52.212-1 (Apr 2014), Instructions to Offerors-Commercial, which is incorporated by reference. In accordance with FAR 52.212-1(k), the Contractor shall be registered within the Central Contractor Registration (CCR) database. The Contractor may register via the Internet at URL: https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK15562000Q/listing.html)
 
Record
SN03868093-W 20150904/150902235854-8a8df7adcd6b2e6068c19491a70a60d2 (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.