Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

67 -- DIGITAL CAMERA AND ACCESSORIES SOL 8-1-8-10-B9797 POC Victoria L. Dixon, Contract Specialist, Phone (256) 544-8998, Fax (256) 544-4400, Email victoria.dixon@msfc.nasa.gov -- Teresa A. Foley, Contracting Officer, Phone (256) 544-0335, Fax (256) 544-4080, Email teresa.foley@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/MSFC/date.html#8-1-8-10-B9797. E-MAIL: Victoria L. Dixon, victoria.dixon@msfc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). ITEM 1, Quantity 1 each Digital Camera; 10 bit; 512 x 512; 1000 fps; 1024 Buffer; C-mount lens; Camera shall acquire and store 1024 frames of 10 bit, full resolution images. CCD array shall provide 16 parallel channels of image data, digitized and buffered. Readout from 10 bit wide ports operating at 20 mhz. Frame rate shall be selectable by RS232 port, rates from 62.5 frames per second to 1000 frames per second. Shall have continuous framing mode for system set-up and focusing. Electronic shutter shall provide exposure times down to 100 microseconds. ITEM 2, Quantity 1 each Cable, 9-pin D connector remote control (10 ft.) ITEM 3, Quantity 1 each Camera power supply with a/c cord and camera cord. ITEM 4, Quantity 2 each IC PCI motherboard (ITI). ITEM 5, Quantity 2 each Digital acquistion module, 16 bit, (ITI). ITEM 6, Quantity 2 each Digital data cable, single channel, (10 ft.). ITEM 7, Quantity 1 each Capture and display software (ITI). The provisions and clauses in the RFQ are those in effect through FAC 97-04. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3861 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to MSFC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact by the date/time specified and include, solicitation number, FOB destination to this Center, 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1 with exception of (d), (h), and (i). If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: FAR 52.204-4, 52.211-15 and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. Questions regarding this acquisition must be submitted in writing no later than July 31, 1998. Quotations are due by cob August 6, 1998, to the address specified above. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release ofamendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 07/23/98 (D-SN227756). (0204)

Loren Data Corp. http://www.ld.com (SYN# 0423 19980727\67-0001.SOL)


67 - Photographic Equipment Index Page