SOLICITATION NOTICE
D -- DATA XPRESS II RECONSTRUCTION APPLIANCE
- Notice Date
- 8/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC09305623Q
- Response Due
- 8/17/2009
- Archive Date
- 8/3/2010
- Point of Contact
- Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, Email Antoinette.M.Niebieszczanski@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov<br />
- E-Mail Address
-
Antoinette M. Niebieszczanski
(Antoinette.M.Niebieszczanski@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 ONE (1) DATA XPRESS IIRECONSTRUCTION APPLIANCE TO BE ACQUIRED.The provisions and clauses in the RFQ are those in effect through FAC 2005 - 35.The NAICS Code and the small business size standard for this procurement are 334510 and13,373 employees respectively.The offeror shall state in their offer their size statusfor this procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, MAIL STOP 6-1, CLEVELAND,OH 44135 is required within 30 days ARO. Delivery shall be FOB Destination.Specifications for DATA XPRESS II Reconstruction ApplianceDescription of item: The new appliance will increase X-ray CT reconstruction speed by upto 400%. This DATA Xpress CT system will be used in combination with our existing HytecRover Flash CT. The NASA Glenn CT lab will be absolutely state-of-the-art with thisacquisition. The Data Xpress II is completely compatibility with the existing RoverFlashCT system.Specifications:DATA Xpress II Reconstruction Appliance:Increase X-ray CT reconstruction speed by up to 400%Completely compatible with our existing CUSTOM computed tomography system which was alsoprovided by IMTECConnects to FlashCT system: Gigabit EthernetSoftware: FlashCT DPS 2 with GPU accelerationIntegration to existing Flash CT systems: Fully compatible with all existing FlashCTsystemsInternal Storage: 4TB (USEABLE) RAID 5External Storage: DVD/CD Burner, USB, FireWire1 Year Software Maintenance agreement1 day installation and trainingShipping (FOB destination)Includes additional 1-year maintenance agreement on entire existing IMTEC-Hytek X-ray CTsystem resident at NASA Glenn Research CenterOffers for the items(s) described above are due by AUGUST 17, 2009, 4:30 PM EST to NASAGLENN RESEARCH CENTER, ATTN: TONI NIEBIESZCZANSKI, 21000 BROOKPARK ROAD, MAIL STOP500-302, CLEVELAND, OH 44135 (fax: 216-433-2480 or emailantoinette.m.niebieszczanski@nasa.gov) and must include, solicitation number, FOBdestination to this Center, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial 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 (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 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference: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 TONINIEBIESZCZANSKI not later thanAUGUST 10, 2009 4:30 PM EST. Telephone questions willNOT be accepted.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 past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), 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.1852.215-84 Ombudsman. (OCT 2003) An ombudsman has been appointed to hear and facilitate the resolution of concerns fromofferors, potential offerors, and contractors during the preaward and postaward phases ofthis acquisition. When requested, the ombudsman will maintain strict confidentiality asto the source of the concern. The existence of the ombudsman is not to diminish theauthority of the contracting officer, the Source Evaluation Board, or the selectionofficial. Further, the ombudsman does not participate in the evaluation of proposals,the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first addresstheir concerns, issues, disagreements, and/or recommendations to the contracting officerfor resolution. If resolution cannot be made by the contracting officer, interested parties may contactthe installation ombudsman, Kirk D. Seablom, GRC Orion Project Planning and Control Lead, Phone: 216-433-5593, FAX: 216-433-8000, Email: Kirk.D.Seablom@nasa.gov.Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailjames.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of thesolicitation, verify offer duedate, or clarify technical requirements. Such inquiriesshall be directed to the Contracting Officer or as specified elsewhere in this document.(End of clause)Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09305623Q/listing.html)
- Record
- SN01897230-W 20090805/090803235820-07eebe4a57870d6a56f78eadd6d6cf67 (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 |