Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 30, 2001 PSA #2819
SOLICITATIONS

58 -- RISER BASE FOR TECOM ANTENNA

Notice Date
March 28, 2001
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
ZIP Code
93523-0273
Solicitation Number
RFQ4-P1FR11002-CLV
Response Due
April 11, 2001
Point of Contact
Carol L. Van Gelder, Contracting Officer, Phone (661) 276-3071, Fax (661) 276-2904, Email carol.van.gelder@dfrc.nasa.gov
E-Mail Address
Carol L. Van Gelder (carol.van.gelder@dfrc.nasa.gov)
Description
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 procurement is being issued as a Request for Quote for 1 ea. -Riser Base for TECOM antenna. The contractor shall furnish all facilities, materials, and labor to fabricate, assemble, install align, and test full functionality of the Riser Base and the antenna mated to it. The Riser Base is to be installed on the roof of Building 4824, NASA Dryden Flight Research Center, Edwards AFB, CA 93523. The contractor shall be required to remove the existing antenna and base (Tecom antenna system type 204699). After installation of the new Riser Base, the Tecom antenna and base will be mated to it. The contractor shall create two circular penetrations in the roof of bldg. 4824 for cable and air conditioning access, extend and reroute all control cables through the bottom of the new Riser Base, provide a solid plate for sealing the existing riser bulkhead. The Riser Base shall be approximately 84 inches tall with a 360 degree catwalk at 72 inches from the platform, have 2 hinged watertight doors, one in the front and one in the rear. The doors shall be no less than 60 inches tall and 25 inches wide.There shall be 2 circular penetrations in the bottom of the Riser Base for cable and air conditioning access, with pipes extending from these penetrations into the roof of bldg. 4824. The Riser Base shall be able to mate with the existing Tecom antenna system type 204699 and shall be structurally able to mate in the future with a new antenna and base weighing up to 7500 pounds. Inside the Riser Base shall be EIA standard 19 inch rack mounting system hardware. This hardware shall be mounted inside each Riser Base door to enable the mounting of electronic equipment inside either the front or the rear door. The Riser Base shall have rungs mounted to the outside to facilitate ascending to the catwalk. QUALITY ASSURANCE REQUIREMENTS: The offeror shall be responsible for the performance of all inspection and testing requirements specified herein except as otherwise noted, the contractor may use his own or other inspector facilities and services acceptable to the Government. Records of inspections and tests shall be kept complete and made available to the NASA Dryden Quality Assurance Representative. Hard copies of test data shall be included in the final test reports and be delivered with the Video Pedestal Systems. Offerors to this solicitation are required to include in their proposal a response to each separate requirement. Offerors must specifically state compliance or non-compliance. Requirements stating values, dimensions, quantities or performance levels must be responded to by a statement of the corresponding value, dimensions, quantity or performance level of the offeror's quote, where indicated. Failure to do so may result in the offeror's quote receiving a lower evaluation than would otherwise be the case or be rejected for non-compliance with this specification. Within thirty (30) days following contract award, contractor shall deliver preliminary System Design Documentation as described below. Design documentation shall be reviewed by the Government and shall form the basis for a Design Review. As a minimum, the preliminary System Design Documentation shall include: A. A clear explanation of the overall Riser Base design, including complete mechanical drawings. B. List of equipment and material that comprises the Riser Base. C. Overall project schedule showing major milestone events. D. Description of Work and a listing of any required items Government Furnished Equipment (GFE). INSTALLATION PLAN AND SPECIFICATION: The contractor shall prepare and submit to the Government, not later than thirty (30) days prior to the start of installation of the Riser Base, a detailed schedule of the proposed installation plan. The provisions and clauses in the RFQ are those in effect through FAC 97-23. This procurement is a Full and Open Competition. See Note 2. The NAICS Code and the small business size standard for this procurement are 235990 and 1,000 employees, 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 NASA/DFRC is required within 100 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C-9. Quotations for the items(s) described above are due by 4:00 PM, April 11, 2001 and may be mailed or faxed to Carol Van Gelder, MS: D-1422, NASA/DFRC, P.O. Box 273, Edwards, CA 93523-0273, Fax: 661/276-2904. Quoters shall provide the information required by FAR 52.212-1. 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. 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. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. The Representations and Certifications may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . FAR 52.212-4 is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than April 3, 2001. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: 1. Technical Acceptability; 2. Price; 3. Past Performance. 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. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=24 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) 2 and B. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#RFQ4-P1FR11002-CLV)
Record
Loren Data Corp. 20010330/58SOL002.HTM (D-087 SN50H656)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on March 28, 2001 by Loren Data Corp. -- info@ld.com