Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1998 PSA#2069

NASA/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