SOLICITATION NOTICE
58 -- CATV DISTRIBUTION EQUIPMENT
- Notice Date
- 8/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, WallopsIsland, VA 23337
- ZIP Code
- 23337
- Solicitation Number
- NNG11396714Q
- Response Due
- 9/6/2011
- Archive Date
- 8/24/2012
- Point of Contact
- Therese L. Patterson, Contracting Officer, Phone 757-824-1066, Fax 757-824-1974, Email Therese.L.Patterson@nasa.gov - Pamela J Taylor, Contracting Officer, Phone 757-824-1068, Fax 757-824-1974, Email Pamela.J.Taylor@nasa.gov
- E-Mail Address
-
Therese L. Patterson
(Therese.L.Patterson@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 the following BrandName equipment:Blonder TongueDFCS24 Rack Mounted 24way splitter, 15 EA RMDA100030 Rack Mounted Distribution Amplifier, 12 EA HDE2HQAM HD Dual Program Encoder / Agile QAM Output, 4 EA The provisions and clauses in the RFQ are those in effect through FAC 2005-53.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 334220 and750 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 Wallops Flight Facility is required within 30-60 days after receipt of order. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 4:30 p.m. EDT September 6, 2011 toNASA/Goddard Space Flight Center/Wallops Flight Facility Attention: Therese Patterson,Building E-105, Room 319, Wallops Island, VA 23337 (email or fax are also acceptable)and must include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: NASA FAR Supplement (NFS) 1852.223-72 SAFETY ANDHEALTH (Short Form),1852.223-74 DRUG AND ALCOHOL-FREE WORKPLACE (MARCH 1996), 1852.223-75MAJOR BREACH OF SAFETY OR SECURITY (FEB 2002), and 1852.225-70 EXPORT LICENSES (FEB 2000)FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-36, 52.223-18, 52.225-1, 52.225-13, and 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 TheresePatterson not later than August 31, 2011. Telephone questions will not be accepted.Selection and award will be made on an aggregate basis to the lowest priced, technicallyacceptable offeror. Technical acceptability will be determined by review of informationsubmitted by the offeror which must provide a description in sufficient detail to showthat the product offered meets the Government's requirement.Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), 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 representations andcertifications 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://nais.msfc.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (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/GSFC/OPDC20220/NNG11396714Q/listing.html)
- Record
- SN02547796-W 20110826/110825000300-8b1fafe4c2e39b6000264d84e938a6b6 (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 |