SOLICITATION NOTICE
66 -- PROGRAMMABLE HYDRAULIC AND/OR PNEUMATIC PRESS
- Notice Date
- 7/30/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA04076146Q
- Response Due
- 8/16/2004
- Archive Date
- 7/30/2005
- Point of Contact
- Rachel Khattab, Contracting Officer, Phone (650) 604-5237, Fax (650) 604-0932, Email Rachel.Khattab-1@nasa.gov
- E-Mail Address
-
Email your questions to Rachel Khattab
(Rachel.Khattab-1@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for (1) one programmable hydraulic and/or pneumatic press to facilitate the processing of molded carbon fabric impregnated with a phenolic resin for R&D purposes. The press must possess the following characteristics: 1) Force: Minimum 50 Tons with a force accuracy of 1 percent. 2) Hydraulic and/or pneumatic operation 3) Platen size: Minimum 12 inches by 12 inches 4) Platen daylight: Minimum 24 inches 5) Stroke: Minimum 12 inches 6) Water cooling of platens 7) Fully programmable controllers for press, including control of temperature and temperature rates and hold, force and force rates and hold, and tool temperature. 8) Maximum height of press: 85 inches 9) Minimum Platen Temperature: 600 degrees Farenheit for both upper and lower platens Offers must also include: 1) Three(3) references to companies that have procured the same or similar equipment 2) On-site installation and training The provisions and clauses in the RFQ are those in effect through FAC 01-24. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334516 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center is required within 6 weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 9:00AM PST on August 16, 2004 and must 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. Offers can be mailed to the attention of Donella Franks, NASA Ames Research Center, M/S 227-4, Moffett Field, CA 94035-1000, or faxed to (650) 604-0270. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. 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. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 1852.223-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health (Short Form), 52.222-3, 52.233-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-13, 52.225-33, 52.232-34. 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 All contractual and technical questions must be in writing to Donella Franks (e-mail: dfranks@mail.arc.nasa.gov, or fax:(650) 604-0270) not later than 9:00AM PST on August 8, 2004. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery lead-time shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall 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=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#111649)
- Record
- SN00634238-W 20040801/040730212956 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |