Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2010 FBO #3080
SOLICITATION NOTICE

66 -- 4 WIRE 2 PIN SQUIB MEASUREMENT CABLE

Notice Date
4/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ10334920R
 
Response Due
5/11/2010
 
Archive Date
4/29/2011
 
Point of Contact
Cheryl D. Bass, Contract Specialist, Phone 281-483-3476, Fax 281-483-7890, Email cheryl.d.bass@nasa.gov - Vanessa R. Beene, Contracting Officer, Phone 281-244-5257, Fax 281-244-5331, Email vanessa.r.beene@nasa.gov
 
E-Mail Address
Cheryl D. Bass
(cheryl.d.bass@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 4-Wire, 2 Pin, SquibMeasurement Cable - Required Attributes: Cable must be traceable via unique serial number (S/N 2001 S/N 2100) Cable must contain 2, individually shielded, twisted pairs with a single drain wire, (4conductors, 2 shields, {1 per wire pair}, 1 shield drain) Cable design and fabrication must be consistent with NASA-STD 8739.1A, NASA-STD 8739.2(w/ Change 1), NASA-STD 8739.3 (w/ Change 3), and NASA-STD-8739.4 (w/ Change 4), asapplicable. Plug P1 must interface with MS3110A10-6S, (MIL-C-26482, Series 1) receptacles, (normalinsert/keyway position). Plug P1 contact assignments must be as follows: - Contact A - + Sense - Contact B - Sense - Contact C - + Source - Contact D - Source - Contact E - Shield Drain Plug P2 must interface with MS3110_8-2P, (MIL-C-26482, Series 1), receptacles, (allpossible classes and insert/keyway positions). Plug P2 must have 4 individual contacts in order to make true 4-wire resistancemeasurements on 2-pin squibs Plug P2 contact assignments must be as follows: - Contact 1A (closest to the squib) - + Sense - Contact 2A (closest to the squib) - Sense - Contact 1B (furthest from the squib) - + Source - Contact 2B (furthest from the squib) - Source Plug P2 must be rated for a minimum of 15,000 insertions, (with <50 increase inmeasured resistance). Plug P2 must be repairable or replaceable (by certified electronics technician).The provisions and clauses in the RFQ are those in effect through FAC 2005-40 athttp://nais.nasa.gov/far/.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 541330 and$4.5M respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Johnson Space Center is required within 10 days ARO. Delivery shall beFOB Destination.Offers for the items(s) described above are due by 4:30pm, May 11, 2010 to NASA JohnsonSpace Center, 2101 NASA Parkway, Houston, Texas 77058, Attn: BH4/Cheryl Bass and mustinclude, 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 authorizedcompany 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 (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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L.110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). _X_ (3) 52.203-15, Whistleblower Protections under the American Recovery and ReinvestmentAct of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded bythe American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-11, American Recovery and Reinvestment ActReporting Requirements (Mar2009) (Pub)_X_ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.)_X_ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)_X_ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (20) 52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2009)(E.O. 13126). _X_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29U.S.C. 793). _X_ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order12989). (Not applicable to the acquisition of commercially available off-the-shelf itemsor certain other types of commercial items as prescribed in 22._X_ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C.8259b). _X_ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of PersonalComputer Products (Dec 2007) (E.O. 13423). _X_ (ii) Alternate I (Dec 2007) of 52.223-16. _X_ (30) 52.225-1, Buy American ActSupplies (Feb 2009) (41 U.S.C. 10a-10d). _X_ (31)(i) 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act (June2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note,Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). _X_ (ii) Alternate I (Jan 2004) of 52.225-3. _X_ (iii) Alternate II (Jan 2004) of 52.225-3. _X_ (32) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note). _X_ (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury). _X_ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C.255(f), 10 U.S.C. 2307(f)). _X_ (38) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration(Oct 2003) (31 U.S._X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C.206 and 41 U.S.C.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract ActPrice Adjustment(Sep 2009) (29 U.S.C. 206 and 41 U.S.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 Cheryl Bassnot later thanMay 5, 2010. Telephone questions will not 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 to allow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand 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 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=73. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and 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/JSC/OPDC20220/NNJ10334920R/listing.html)
 
Record
SN02135944-W 20100501/100429234931-850e403dc0d0e81294d4cef8ae23da7b (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.