|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1998 PSA#2069NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 34 -- ELECTRICAL DISCHARGE MACHINE SOL 1-123-GJBF.1121 DUE 041798 POC
Lisa M. Harvey, Contract Specialist, Phone (757)-864-2444, Fax (757)
864-8863, Email L.M.HARVEY@larc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-123-GJBF.1121. E-MAIL: Lisa
M. Harvey, L.M.HARVEY@larc.nasa.gov. The Government intends to procure
an electrical discharge machine which will be used in a research
environment for the manufacture of highly accurate and unique aerospace
hardware including prototype models, flight articles, developmental
instrumentation, wind tunnel test equipment, and material specimens.
The contractor shall provide all resources necessary to furnish the
following item: One (1) each, Electrical Discharge Machine to be used
in a research environment for the manufacture of highly accurate and
unique aerospace hardware including prototype models, flight articles,
developmental instrumentation, wind tunnel test equipment, and
material specimens. See Statement of Work for complete description at
http://procurement.nasa.gov/EPS/LaRC/Synopses/1-123-GJBF.1121/sol.html
#Other01 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; offers are being
requested and a written solicitation will not be issued. This
procurement is being conducted under the authority of FAR Subpart 13.5,
Test Program for Certain Commercial Items. The provisions and clauses
in the Request for Offer (RFO) are those in effect through FAC 97-03.
The SIC code and the small business size standard for this procurement
are 3541 and 500, respectively. This is an unrestricted competition.
All qualified responsible business sources may submit an offer which
shall be considered by the agency. Delivery to Langley Research Center
is required within 16 weeks from the effective date of the order.
Delivery shall be FOB Destination. The DPAS rating for this procurement
is DO-C9. Offers for the items described above may be mailed to MS
144/Bid Depository, Bldg 1195B, Room 125, or faxed to 757-864-7898 by
the date/time specified and shall include: solicitation number, FOB
destination to this Center, proposed/acceptance of delivery schedule,
discount/payment terms, warranty terms and duration. Offer shall be
signed by an authorized company representative. Award will be made on
a SF 1449. Offerors shall use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at
URL:http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit
an offer. All offerors shall provide the information required by FAR
52.212-1. In accordance with 52.212-1(b)(4), offerors shall provide a
technical description of the items being offered in sufficient detail
to evaluate compliance with the requirements in the solicitation. This
may include product literature, technical features, warranty
provisions, and/or any other relevant documents. For other than
domestic products, your price shall include a separate amount for any
import duties that apply. Addenda to FAR 52.212-1 are as follows:
52.204-6, Contractor Identification Number-DUNS Number; 52.214-34,
Submission of Offers in the English Language; 52.214-35, Submission of
Offers in US Currency; 52.233-2, Service of Protest, Insert: NASA
LARC, Mail Stop 126, Hampton, VA 23681; NASA FAR Supplement Clauses:
1852.233-70, Protests to NASA. All offerors shall complete the
Representations and Certifications required by FAR 52.2l2-3 which may
be obtained via the internet at
http://nais.nasa.gov/msfc/pub/reps_certs/midrange and will be
incorporated by reference in any resulting contract. If the end
product(s) offered is other than domestic end product(s) as defined in
the clause entitled 52.225-9, "Buy American Act Trade Agreements Act
Balance of Payments Program.," the offeror shall so state and shall
list the country of origin in the Representations and Certifications.
FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: A.
FAR Clauses, 52.227-14, Rights in Data -- General (June 1987) (as
modified by NFS 1852.227-14); 52.227-19, Commercial Computer Software
-- Restricted Rights (as modified by NFS 1852.227-19); 52.232-33,
Mandatory Information for Electronic Funds TransferPayment, 52.245-2,
Government Property (DEC 1989); 52.247-35, FOB Destination w/in
Consignee s Premises; B. NASA FAR Supplement Clauses, 18-52.215-84,
Ombudsman; 18-52.219-76, NASA 8 Percent Goal. FAR 52.212-5 is
applicable and the following identified clauses are incorporated by
reference. 52.203-6 Alt I, Restrictions on Subcontractor Sales to the
Government, 52.203-10, Price of Fee Adjustment for Illegal or Improper
Activity, 52.219-8, Utilization of Small, Small Disadvantaged and
Women-Owned Small Business Concerns, 52.222-26, Equal Opportunity,
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans, 52.222-36, Affirmative Action for Handicapped Workers,
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era, 52.225-9, Buy American Act-North American Free
Trade Agreement Implementation Act-Balance of Payments Program. Offers
are due by April 16, 1998, 4:00 p.m. eastern time, to the address
specified above Facsimile offers are also acceptable. However, the
Government is not responsible for errors in transmission and it is the
offeror s responsibility to confirm that their offer is submitted in
its entirety before the closing date of this procurement. Selection and
award will be in accordance with FAR 52.212-2, Evaluation, as follows:
Award will be based upon overall best value to the Government, with
consideration given to the factors of proposed technical capability of
the item offered to meet the Government s requirements (including
warranty), delivery, price, and past performance. For selection
purposes, technical, delivery, price and past performance are
essentially equal in importance. It is critical that offerors provide
adequate detail to allow evaluation of their offer (see FAR
52.212-1(b)(4)). An ombudsman has been appointed -- See Internet Note
"B". Prospective offerors shall notify this office of their intent to
submit an offer. It is the offeror s responsibility to monitor this
site for the release of amendments (if any). Potential offerors will be
responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). Automatic e-mail
notification of any amendments, etc, can also be received. See
http://procurement.nasa.gov/maillist.html and follow the
instructions.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; offers are
being requested and a written solicitation will not be issued. (0093) Loren Data Corp. http://www.ld.com (SYN# 0177 19980408\34-0001.SOL)
34 - Metalworking Machinery Index Page
|
|