SOLICITATION NOTICE
66 -- SCXI UNIVERSAL STRAIN GAGE MODULES AND PXI HARDWARE
- Notice Date
- 10/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM12446139Q1
- Response Due
- 10/16/2012
- Archive Date
- 10/10/2013
- Point of Contact
- Artra C House, Contract Specialist, Phone 256-544-3507, Fax 256-544-6560, Email artra.c.house@nasa.gov - Artra C House, Contract Specialist, Phone 256-544-3507, Fax 256-544-6560, Email artra.c.house@nasa.gov
- E-Mail Address
-
Artra C House
(artra.c.house@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ***PLEASE CONTACT ARTRA HOUSE ONLY FOR TECHNICAL QUESTIONS OR TO SUBMIT OFFERS. CONTACT INFORMATION CAN BE FOUND WITHIN THE BODY OF THIS SOLICITATION*** NASA/MSFC has a requirement for eight (8) each SCXI-1520 Universal Strain/Bridge modules (Board Only), same as or equal to part number 186338-01 and five (5) each PXI-4071 Digital Flex DMM modules same as or equal to part number 778271-01. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement is 334111/1000 respectfully. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ will require the potential vendor to be certified within the online System for Award Management (SAM) and Online representations and Certifications application (ORCA) Databases prior to award. Delivery to Marshall Space Flight Center (MSFC) will be determined at a later date. Delivery shall be FOB Destination. Offer for the item(s) described above are due by October 16, 2012 by 3:30PM CST to Artra House at artra.c.house@nasa.gov or faxed to 256-54-6560 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), identification of any special commercial terms, and be signed by an authorized company representative.Quotes may be submitted using there Companys' standard methods. All contractual and technical questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than October 11, 2012. All questions and answers will be posted as a modification to the solicitation by October 15, 2012 12PM/CST. No telephone questions will be accepted. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instruments to Offerors-commercial items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act - Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and conditions-commercial items is applicable. FAR 52.212-5 (AUG 2012), Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: SEE ATTACHED Terms and Conditions. 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/nfstoc.htm Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptance will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. It is the offeror's responsibility to monitor the following internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=62. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM12446139Q1/listing.html)
- Record
- SN02911322-W 20121012/121010234229-01eb7b4bcad927f425f03933620d6189 (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 |