Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2009 FBO #2669
SOLICITATION NOTICE

59 -- MICRO-PROCESSORS

Notice Date
3/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM09286277Q
 
Response Due
3/27/2009
 
Archive Date
3/16/2010
 
Point of Contact
Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062, />
 
E-Mail Address
betty.c.kilpatrick@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
***********CONTACT JANET APPLETON ONLY FOR ANY QUESTIONS OR QUOTES REGARDING THISANNOUNCEMENT, CONTACT INFORMATION CAN BE FOUND IN THE BODY OF THIS NOTICE***********This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for eight (8)Micro-Processor Chips in support of the Environmental Control and Life Support System(ECLSS) for the International Space Station. These micro-processors will be used on theUrine Processing Assembly (UPA) and the Firmware Controller Assembly(FCA). Marketresearch has found and used in the past the MV-Q-02 Mongoose Processor Chip part number5962H96B0304QTC built by Synova Inc. For this reason, the micro-processor chips should be"same as or equal to" the MV-Q-02; be pin-for-pin, software compatible, and be certifiedto MIL-PRF-38535 Class Q. Attached to this solicitation are the specifications, radiationrequirements, quality requirements, and receiving requirements. This procurement is a Full and Open Procurement.All responsible sources may submit an offer which shall be considered by the agency.Offers are being requested to be submitted two ways, standard delivery, and expediteddelivery.Delivery to MSFC will be determined after award announcement. Delivery shall be FOB Destination; include any shipping fees into the cost of theproduct.Offers for the items(s) described above are due by 3/27/2009 by 4:00 p.m. CST and mustinclude, solicitation number, FOB destination to this Center, proposed deliveryschedule(standard and expedited), discount/payment terms, warranty duration (ifapplicable), identification of any special commercial terms, and be signed by anauthorized company representative. Offerors are encouraged to use their standard formfor quoting purposes.Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (OCT 2008), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (FEB 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.203-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19,52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33,.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 JanetAppleton at janet.l.appleton@nasa.gov no later than 3/20/2009.Telephone questions willnot be accepted. Fax number 256-544-6560.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and best delivery schedule. It is critical that offerors provide adequate detailto allow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (FEB 2009), OfferorRepresentations and Certifications -Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=62ec86e784e985c1193a7e8d32839532&tab=core&_cview=1)
 
Record
SN01770369-W 20090318/090316215922-a1f375fb993da689162943d772998c55 (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 |
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.