Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12,1999 PSA#2452

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

66 -- VARIABLE PRESSURE SCANNING ELECTRON MICROSCOPE (VP-SEM)/ENERGY DISPERSIVE SPECTROSCOPY (EDS) INTEGRATED SYSTEM SOL RFQ3-135135 DUE 102299 POC Teresa Monaco, Contract Specialist, Phone (216)433-8293, Fax (216)433-2480, Email Teresa.L.Monaco@grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GRC/date.html#RFQ3-135135. E-MAIL: Teresa Monaco, Teresa.L.Monaco@grc.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). This solicitation is issued as a request for quotation (RFQ) for a Variable Pressure Scanning Electron Microscope (VP-SEM)/Energy Dispersive Spectroscopy (EDS) Integrated System. Specifications are included in the attached file "RFQ3-135135 specifications.doc." The provisions and clauses in the RFQ are those in effect through FAC 97-14. The SIC code and the small business size standard for this procurement are 3827 and 500 employees, respectively. "Number of employees" is a measure of the average employment of a business concern and means its average employment, including the employees of its domestic and foreign affiliates, based on the number of persons employed on a full-time, part-time, temporary, or other basis during each of the pay periods of the preceding 12 months. 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 GRC is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. NASA Glenn Research Center personnel will install the system; however, after installation, the Contractor shall calibrate the system. Quotations for the items(s) described above are due by Friday, October 22, 1999, at 1:00 p.m. local time and may be mailed or faxed to: NASA John H. Glenn Research Center at Lewis Field ATTN: Teresa Monaco, RFP3-135135 Code 0613, M/S 500-306 21000 Brookpark Road Cleveland, OH 44135 Telephone: (216) 433-8293 FAX: (216) 433-2480 E-mail: teresa.monaco@grc.nasa.gov 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/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical capability of the item offered to meet the Government requirement, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Of the factors identified above, technical capability is the most important. Price and past performance are slightly less important than technical capability, and, as related to each other, are approximately equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b)). Quoters must provide a copy of the provision at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. It may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer). FAR 52.219-8, Utilization of Small Business Concerns FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 52.225-3, Buy American Act -- Supplies FAR 52.225-18, European Union Sanction for End Products FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration 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 following provision and clause are incorporated in full text in this solicitation: Compliance with Veterans' Employment Reporting Requirements (February 1999) By submission of its offer, the offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by Federal Acquisition Regulation clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has submitted the most recent report required by 38 U.S.C. 4212(d). (End of provision) YEAR 2000 COMPLIANCE (MAY 1998) (a) Definition: "Year 2000 compliant", as used in this clause, means that the information technology (hardware, software and firmware, including embedded systems or any other electro-mechanical or processor-based systems used in accordance with its associated documentation) accurately processes date and date-related data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date and date-related data with it. (b) Any information technology provided, operated and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the Contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance, consisting of: standard product literature or test reports. (c) The Contractor warrants that any IT items or services provided under this contact that involve the processing of date and date-related data are Year 2000 compliant. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. (d) The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or services whose non-compliance is discovered and made known to the Contractor in writing within 90 days after acceptance. In addition, all other the terms and limitations of the Contractor's standard commercial warranty or warranties shall be available to the Government for the IT items or services acquired under this contract. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. (end of clause) Questions regarding this acquisition must be submitted in writing no later than Friday, October 15, 1999 at 1:00 p.m. local time. An ombudsman has been appointed -- See Internet Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://procurement.nasa.gov/EPS/GRC/class.html. Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 10/07/99 (D-SN390079). (0280)

Loren Data Corp. http://www.ld.com (SYN# 0244 19991012\66-0004.SOL)


66 - Instruments and Laboratory Equipment Index Page