|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1998 PSA#2085NASA/George C. Marshall Space Flight Center, Procurement Office,
Marshall Space Flight Center, AL 35812 61 -- ACOUSTIC EMISSION TRANSDUCERS AND ELECTRONICS SOL 8-1-8-21-B8478
POC Kimberly R. Day, Contract Specialist, Phone (205) 544-8999, Fax
(205) 544-9083, Email kimberly.day@msfc.nasa.gov -- Teresa A. Foley,
Contracting Officer, Phone (205) 544-0335, Fax (205) 544-9080, Email
teresa.foley@msfc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/MSFC/date.html#8-1-8-21-B8478. E-MAIL:
Kimberly R. Day, kimberly.day@msfc.nasa.gov. THIS NOTICE CONSTITUTES
AMENDMENT NO. 1 TO THE SOLE SOURCE SYNOPSIS FOR ACOUSTIC EMISSION
TRANSDUCERS AND ELECTRONICS. The purpose of this amendment is to delete
the sole source synopsis posted on March 27, 1998, in its entirety and
to replace with the following: 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; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). Item No. 1 IBM AT
compatible board capable of monitoring two channels of acoustic
emission data simultaneously. 16 bit A/D with 8 MHz sampling rate.
Display and store both waveform and traditional AE features. Board must
be able to accept two parametric inputs of -10 to +10 Volts. Board must
be fully compatible with existing AEDSP system and software. Quantity,
1 Each. Item No. 2 Preamplifier with 40db gain, minimum and 20kHz high
pass filter. Voltage in will be 28 volts. Preamplifier must support
automatic sensor testing feature of already existing AEDSP system.
Quantity, 20 Each. Item No. 3 Preamplifier with 40db gain, minimum and
100kHz to 300kHz band pass filter. Voltage in will be 28 volts.
Preamplifier must support automatic sensor testing feature of already
existing AEDSP system. Quantity, 20 Each. The provisions and clauses in
the RFQ are those in effect through FAC 97-04. This procurement is a
total small business set-aside. See Note 1. The SIC code and the small
business size standard for this procurement are 3679 and 500,
respectively. The quoter shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit a quotation which shall be considered by the agency.
Delivery to MSFC is required within 30 days ARO. Delivery shall be FOB
Destination. The DPAS rating for this procurement is DO-C9. Quotations
for the items described above may be mailed or faxed to the identified
point of contact by the date/time specified and include, solicitation
number, FOB destination to this Center, proposed delivery schedule,
discount/payment terms, warranty duration (if applicable), taxpayer
identification number (TIN), identification of any special commercial
terms, and be signed by an authorized company representative. Quoters
are encouraged to 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 a
quotation. Quoters shall provide the information required by FAR
52.212-1. Addenda to FAR 52.212-1 are as follows: MSFC 52.23-91, NFS
1852.211-70, and 1852.214-71. Reserve paragraph(s) (d), (e), (f), (h),
and (i) in 52.212-1. Addenda to FAR 52.212-4 are as follows: MSFC
52.211-90-90, MSFC 52.232-90, NFS 1852.246-71, FAR 52.204-4, 52.211-15
and 52.247-34. FAR 52.212-5 incorporated by referenced: 52.222-26,
52.222-35, 52.222-36, 52.222.37, and 52.225-3. If the end product(s)
quoted is other than domestic end product(s) as defined in the clause
entitled "Buy American Act -- Supplies," the quoter shall so state and
shall list the country of origin. The Representations and
Certifications required by FAR 52.2l2-3 may be obtained via the
internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/
Questions regarding this acquisition must be submitted in writing no
later than May 1, 1998. Quotations are due by May 4, 1998, to the
address specified above and to the attention of Kimberly R. Day.
Selection and award will be made (on an aggregate basis) to the lowest
priced, technically acceptable quoter. Technical acceptability will be
determined by information submitted by the quoter providing a
description in sufficient detail to show that the product quoted meets
the Government's requirement. Quoters must provide copies of the
provision at 52.212-3, Offeror Representation and Certifications --
Commercial Items with their quote. See above for where to obtain copies
of the form via the Internet. 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
combination synopsis/solicitation and amendments (if any). (0117) Loren Data Corp. http://www.ld.com (SYN# 0254 19980430\61-0001.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|