Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2014 FBO #4765
SOLICITATION NOTICE

70 -- SMART-INTERACTIVE PANEL DISPLAY WITH MEETING PRO AND MOBILE CART

Notice Date
12/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
4200533858-AWT
 
Response Due
12/15/2014
 
Archive Date
12/9/2015
 
Point of Contact
Wendy L. Takeguchi, Contract Specialist, Phone 650-604-2964, Fax 650-604-4646, Email wendy.l.takeguchi@nasa.gov - Elisban U. Rodriguez, Contract Specialist, Phone 650-604-4690, Fax 650-604-4646, Email elisban.u.rodriguez@nasa.gov
 
E-Mail Address
Wendy L. Takeguchi
(wendy.l.takeguchi@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/ARC has a requirement for SMART-Interactive Display w/Meeting Pro and Mobile Carts. This notice is a combined synopsis/solicitation #4200533858-AWT, 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. NASA/ARC has a requirement to purchase SMART-Interactive Display w/Meeting Pro and Mobile Carts to be delivered to 3 destinations. QtyPart Number DescriptionUnit PriceTotal 3SBID8070i-G4-SMP SMART 70 Interactive Display w/Meeting Pro 3SWMP1-SMP SMART Meeting Pro Software maintenance 2FSSBID100 SMART Mobile Cart Shipping to 3 Destinations* TOTAL QUOTE AMOUNT DELIVERY WITHIN 3 WEEKS: YES / NO *Shipping Destinations: 1) NASA Ames Research Center, Mail Stop 255-3 Receiving Station, Moffett Field, CA 94035-0001, 2) RDMR-ADF-TC, Bldg. 5400, Rm B337, Redstone Arsenal, AL 35898-5000, 3)NASA Langley Research Center, 6 East Taylor St., Bldg. 1244C, Rm 251A, Hampton, VA 23681-2199. This is a 100% small business set aside RFQ. The North American Industry Classification System (NAICS) code is 334118 which used to be 334119 which is now an invalid NAICS code as of 2012. Offerors must list this NAICS code (334118) in their company's CCR registration to be considered for award. All responsible sources may submit an offer. Prospective offerors shall notify this office of their intent to submit a quotation. Questions regarding this acquisition must be submitted in writing (by e-mail only) no later than 1:00 PM (PST) on 11 December 2014. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). Proposals are due no later than 1:00pm (PST) on 15 December 2014, to the Contract Specialist, wendy.l.takeguchi@nasa.gov, and shall include a firm fixed price for each of the items, a proposed delivery date, warranty duration (if applicable), a taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors must include completed copies of the provision at 52.212-3 Offeror Representations and Certification-Commercial Items with their offer. The provision may be obtained via the Internet at URL: http:/ farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm. The NASA FAR Supplement may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm Offerors shall provide the information required by FAR 52.212-1, Instruction to Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs (j) and (k) that require all offerors to have a DUNS number and current CCR registration. FAR 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not provided in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Offerors shall provide the information required by FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If the offeror has already entered their representations and certifications at the On line Representations anc Certifications Application (ORCA) at https://orce.bpn.gov/, offerors are only required to complete paragraph (b) of the provision. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Submission of Invoices (ARC 52.232-90), 52.247-34 F.O.B. Destination, 1852.215-84 Ombudsman, 1852.225-70 Export Licenses, 1852.237-73. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified FAR clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination The following NFS clauses will also be incorporated into the resultant purchase order: NFS 1852.215-84 Ombudsman. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/4200533858-AWT/listing.html)
 
Record
SN03591348-W 20141211/141209234805-e74198f8c009ddf680ee93bccb7eea42 (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.