Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2005 FBO #1235
SOLICITATION NOTICE

59 -- V-R82P RACK MOUNT MONITORS (37 EACH) OR EQUIVALENT

Notice Date
4/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
PR4200104850
 
Response Due
4/21/2005
 
Archive Date
4/12/2006
 
Point of Contact
Allen J. Miller, Contract Specialist, Phone (321) 867-3308, Fax (321) 867-4848, Email Allen.J.Miller@nasa.gov - Terrance W. Crowley, Contract Specialist, Phone (321) 867-7696, Fax (321) 867-4848, Email Terrance.Crowley-1@ksc.nasa.gov
 
E-Mail Address
Allen J. Miller
(Allen.J.Miller@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 V-R82P rack mount (37 each) monitors or equivalent. Specifications: 1. Dual 7.9” Rack mount full color active matrix LCD panel. 2. Standard 19” rack mount, 4 RU high, 3.75” in depth. 3. Black finish. 4. Controls shall be on the front panel. 5. Must be manufactures standard product line. 6. High resolution 1440 x 234 pixels, 336,960 total. 7. Ultra bright 350 cd/m2 candle luminance. 8. 2 composite inputs per channel with loop through on each channel. 9. NTSC/PAL auto recognition 10. Three color, self-powered tally system provided for each panel 11. On screen menu controls color, tint, brightness and contrast controls. 12. Unique 180 degree tilt adjustment while mounted in 19” rack. 13. Dry erase marker for easy identifying of screen. 14. 12 VDC, 2.0 Amps. DC voltage power supply will be provided. 15. Rack mount handles 16. One year product warranty. Shipping Instructions: 18 units will be shipped to the address below (no tag required) Attention: Analex Robert Helms Ph# 805-605 3719 NASA logistics Bldg 839 Clark and Scarpino St. Vandenberg AFB CA, 93437 19 units will be shipped the address below (no tag required) Attention: PR 4200104850, NASA Stephen Cox Ph# 321-853-5094 Hangar AE Building 60680 Room 1221 NASA Transportation Office JBOSC Warehouse, Bldg. M6-744 KSC, Fl 32899 The provisions and clauses in the RFQ are those in effect through FAC 01-26. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 423690 and 100 Employees 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 as described above is required within 30 days 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 April 21, 2005, 5:00P.M. EST to NASA Procurement, Attn. Allen Miller, M/C OP-LS, KSC, FL 32899 and must include, solicitation number, FOB destination as indicated above, 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 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 2005), 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. KSC Quality Codes E-6 and E-9 are applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 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 [ENTER ANY OTHER CONTRACT REQUIREMENTS OR TERMS AND CONDITIONS] All technical questions must be in writing via email (to)allen.j.miller@nasa.gov and Stephen.k.cox@nasa.gov not later than April 20, 2005. Contractual questions should be addressed to allen.j.miller@nasa.gov only not later than April 21, 2005. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. 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. 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=76 . 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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/KSC/OPDC20220/PR4200104850/listing.html)
 
Record
SN00786868-F 20050414/050412212509 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.