Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

58 -- Compunetix keysets for Compunetix MVP voice switch - RFQ

Notice Date
7/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16LA98P
 
Archive Date
8/9/2016
 
Point of Contact
Kodi D Coles, Phone: 3218670299
 
E-Mail Address
kodi.d.coles@nasa.gov
(kodi.d.coles@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Redacted 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. Kennedy Space Center (KSC) has a requirement for Voice Switches. The Compunetix Voice Switch is currently used in the performance of NASA current systems and to ensure mission success. This procurement works in conjunction with the Compunetix which is already at Hangar AE. The Compunetix equipment is needed to work in conjunction with the Compunetix Voice Switch at Hangar AE. 100% compatibility with existing equipment is required. Replacement of existing equipment is not in the best interest of the Government due to the cost and schedule constraints. Selection of another vendor results in unreasonable additional costs. Using other equipment would introduce unacceptable risk of incompatibility, time delays, and an increase to the risk of mission failure.This notice is being issued as a Request for Quotation for the following: This notice is being issued as a Request for Quotation for the following: Line Item 1: TDI-17(00-TDI-17): Quantity 2 each Line Item 2: SDI-7GTX(00-6611-0932): Quantity 10 each Delivery of the above line items shall be not later than January 26, 2017. Quotation must reflect that the delivery date can be met. 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 10:00 AM EST on July 25, 2016 via email to kodi.d.coles@nasa.gov. Response via email is required. Questions must be received in writing (email) by 10:00 AM EST on July 25, 2016 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 2005-66B. The NAICS Code and the small business size standard for this procurement are 334290, 750 employees respectively. 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 may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. 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): 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). 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 (FEB 2012), 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/. The following provisions and clauses are applicable to this procurement: 1852.215-84 Ombudsman. (NOV 2011) 1852.225-70 Export Licenses. (FEB 2000) 1852.233-70 Protests to NASA. (DEC 2015) 1852.237-73 Release of Sensitive Information. (JUN 2005) 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (MAR 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). (6) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (8) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). (9) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). (10) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). (11) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (12) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (13) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (14) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (15) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (16) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). (E.O. 13513). (17)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). (18) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (End of clause) INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 52.212-1 Instructions to Offerors - Commercial Items. (OCT 2015) 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): [http://www.acquisition.gov/far/] (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16LA98P/listing.html)
 
Place of Performance
Address: NASA, ISC Receiving, M6-744, Kennedy Space Center, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04187012-W 20160720/160718235219-bc35e7ca770cf16b2d5c54dbe11f54c2 (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.