SOLICITATION NOTICE
42 -- FIRE CONTROL EQUIPMENT
- Notice Date
- 10/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM07169639Q
- Response Due
- 10/19/2006
- Archive Date
- 10/12/2007
- Small Business Set-Aside
- N/A
- Description
- This procurement is a full and open competition. 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 a the purchase of part numbers (P/N) 294-11XBC quantity 2 with 270 degree horizontal rotation, P/N 294-11XBC quantity 2 with 360 degree horizontal rotation, P/N SM-1250HB quantity 4, Valve & pump box for unclassified areas quantity 4, Monitor, remote control for unclassifed areas, quantity 4, for fire protection. Specifications for part number 81200 Valve Box/Hydraulic Source and part number 294-11XBHC remote controlled industrial monitors for fire protection are as follows: P/N 81200 Valve Box/Hydraulic Source - Valve box/hydraulic source, contains three 4-way solenoid activated hydraulic valves, hydraulic pump/motor/tank top unit, box will have terminal strips for electrical hook up, all hydraulic connections .375-OD tube fittings. Hydraulic pump/motor/tank unit will be a 24 VDC motor, Gear pump with built in check valve, relief valve and pressure gage, a 46 CU in reservoir with removable stainless steel filter, furnished in a NEMA 4X stainless steel box for unclassified areas. P/N 294-11XBHC remote controlled industrial monitors for fire protection - Remote Controlled industrial monitors for fire protection, with SM-100BHP Automatic nozzle flows up to 1000 GPM, material corrosion -resistant brass construction, hydraulic driven actuators for horizontal and vertical movement, actuators must have built in hydraulic flow controlling adjustable needle valves, vertical actuators must allow movement of 150 degrees (90 Degrees to -60 Degrees) All responsible sources may submit an offer which shall be considered by the agency. Delivery to Marshall Space Flight Center, Building 4631, Saturn Rd., Delivery Date to be determined. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by October 19, 2006 by 12 noon CST and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), Central Contractors Registration (CCR) number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 (e-mail or fax) to Elizabeth Mudler/DFS @ elizabeth.e.mudler@nasa.gov or fax# 256-544-4401 no later than October 19, 2006 12 noon CST. Telephone questions will not be accepted. Selection and award will be made based on best value to include lowest price technically acceptable. 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. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offerors 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=62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#122480)
- Record
- SN01164802-W 20061014/061012220841 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |