Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2012 FBO #3725
SOLICITATION NOTICE

66 -- H.264 ENCODERS

Notice Date
2/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12419531Q
 
Response Due
2/10/2012
 
Archive Date
2/3/2013
 
Point of Contact
Stacy G. Houston, Contracting Officer, Phone 281-483-9649, Fax 281-483-7890, Email stacy.g.houston@nasa.gov - Jessica C. Miller, Contracting Officer, Phone 281-483-6792, Fax 281-483-4066, Email jessica.c.miller@nasa.gov
 
E-Mail Address
Stacy G. Houston
(stacy.g.houston@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 a Visionary Solutions,Inc. (VSI) part H.264 encoder. VSI parts are the only qualified parts that survived extensive testing for space flighthardware.The following are the Description, Part Numbers (P/N) and Quantity (Qty):(1) VSI H.264 encoder, P/N: AVN443, Qty: 23;(2) VSI 1081i Module for encoders, P/N: MOD-003, Qty: 23;(3) VSI Card chassis P/N: 71-00150, Qty: 23.As these parts will be space flight hardware, the following are additional requirementsfor this order:1. Certificate of Compliance (C of C)Supplier shall provide a certification with each shipment to attest that the parts,assemblies, subassemblies, or detail parts conform to the Order requirements. Whenapplicable, the true manufacturers, lot, batch, date code, and/or serial number mustappear on the certification. Certification must contain the following: Customers Order number Product name Part and Serial number Name and address of manufacturing or processing location Manufacturers lot, batch, date code, and/or serial number (if applicable) Quantity and unit of measurement (each, box, case, gallons, etc.) Company official's signature and date.2. Traceabilitya. Supplier will submit Product lot number/date code and/or serial number with theshipment.b. Supplier will certify that when parts/materials are from different lots, they arepackaged separately.3. Processes and ProductsThe Supplier will notify the customer of proposed changes in process definition and, willobtain approval from the customer prior to implementing the change. Changes affectingprocesses, production equipment, tools and programs shall be documented. Procedures shallbe available to control their implementation.This statement shall also apply to Supplier designated critical processes that havebeen sub contracted.4. Counterfeit Clauses: Guarantee of Product Source(s)The supplier shall ensure that only new and authentic materials are used in productsdelivered to NASA. The supplier may only purchase parts directly from Original ComponentManufacturers (OCMs); OCM franchised distributors, or authorized aftermarketmanufacturers. Use of product that was not provided by these sources is not authorizedunless first approved in writing by NASA. The supplier must present compelling supportfor its request (e.g., OCM documentation that authenticates traceability of the parts tothe OCM), and include in its request all actions to ensure the parts thus procured areauthentic/conforming parts.5. Government Right of Access The Government has the right to inspect and test all supplies called for by the contract,to the extent practicable, at all places and times, including the period of manufacture,and in any event before acceptance. The Government shall perform inspections and tests ina manner that will not unduly delay the work. The Government assumes no contractualobligation to perform any inspection and test for the benefit of the Contractor unlessspecifically set forth elsewhere in this contract.If the Government performs inspection or test on the premises of the Contractor or asubcontractor, the Contractor shall furnish, and shall require subcontractors to furnish,at no increase in contract price, all reasonable facilities and assistance for the safeand convenient performance of these duties. Except as otherwise provided in the contract,the Government shall bear the expense of Government inspections or tests made at otherthan the Contractors or subcontractors premises; provided, that in case of rejection,the Government shall not be liable for any reduction in the value of inspection or testsamples.6. Non Conforming Material Per this requirement the customer grants no authority to disposition product or processnonconformances to the Supplier or its sub-tier suppliers. Repair is not allowed underthis clause. Nonconformances shall be reported to the customer as soon as it is detected anddetermined not to be re-workable and may be salvageable. When notification is required,notification shall be within 3 working days after the nonconformance is discovered. This requirement applies to all procurements. 7. 'FOR USE IN HUMAN SPACE FLIGHT; MATERIALS, MANUFACTURING, AND WORKMANSHIP OF HIGHESTQUALITY STANDARDS ARE ESSENTIAL TO ASTRONAUT SAFETY.IF YOU ARE ABLE TO SUPPLY THE DESIREDITEM WITH A HIGHER QUALITY THAN THAT OF THE ITEMS SPECIFIED OR PROPOSED, YOU AREREQUESTED TO BRING THIS FACT TO THE IMMEDIATE ATTENTION OF THE PURCHASER.'The provisions and clauses in the RFQ are those in effect through FAC 2005-55.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 334290 and750 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 2101 NASA Parkway, Houston, TX, 77058 is required within 7 days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 2:00pm Standard Time on February 10,2012 to Stacy Houston, stacy.g.houston@nasa.gov, and must include, solicitation number,FOB destination to this Center, proposed delivery schedule, discount/payment terms,warranty duration (if applicable), taxpayer identification number (TIN), identificationof any special 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 (FEB 2012), 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 2012), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (FEB 2012), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-7, 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19,52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18,52.232-33The 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 to Stacy Houston,stacy.g.houston@nasa.gov, not later than 2:00pm Standard Time on February 7, 2012.Telephone questions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement.Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), 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. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.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. Potentialofferors will 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/NNJ12419531Q/listing.html)
 
Record
SN02667855-W 20120205/120203234955-bf6ead01439fd7ee2f61aa6e1182e62d (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.