Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1998 PSA#2111

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

49 -- 14X22 FOOT SUBSONIC TUNNEL PERSONNEL AND/OR EQUIPMENT LIFT SOL 1-128-GGI.2095 DUE 061898 POC Cynthia W. Dea, Purchasing Agent, Phone (757)-864-2440, Fax (757) 864-8863, Email C.W.DEA@larc.nasa.gov -- James W. Cresawn, Contract Price Analyst, Phone (757)-864-2500, Fax (757) 864-7898, Email J.W.CRESAWN@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-128-GGI.2095. E-MAIL: Cynthia W. Dea, C.W.DEA@larc.nasa.gov. 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). Personnel and/or Equipment Lift -- Work Platform shall conform to the following specifications: 37 foot working height; 31 foot platform height; 59 inch lowered platform height; 88 inch O/A width; 137 foot, 5 inch O/A length; 2500 lb lift capacity; 70 inch by 138 inch platform size; 62 second lift speed; 9757 lb weight; DC power package to include: power system, (8) 6-volt batteries (48 volt system), and charger; 4 foot powered deck extension -- 500 lb capacity; Joystick proportional controller for Forward and Reverse; Heavy duty, hinged (fold down) continuous top rails, with Entrance and Exit side gates on both sides of the platform; all steel deck construction; self-centering heavy duty scissors design; Lockable cabinets with swing-out doors contain all electrical and hydraulic components; color-coded, numerical wiring system; disc brake system on main drive shaft; audible descent alarm; movement alarm; and hourmeter. For safety requirements must meet OSHA standards. 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 3531 and 750, 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 shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact [or bid distributionoffice, 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. Please note that payments are to be made by electronic funds transfer, accordingly, you must provide the mandatory information for electronic funds transfer with your representations and certifications. Failure to provide this information may delay or prevent the receipt of payments through the Automated Clearinghouse Payment System. If the end product(s) quoted is other than domestic end product(s) as defined in the clauseentitled "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/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.214-34, 52.214-35, 52.219-6, 1852.215-84, 1852.225-73 FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.222-26, 52.222-36, 52.225-3, 52.225-18 Quotations are due by June 18, 1998 to the address specified above. 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. An ombudsman has been appointed -- See Internet Note "B". 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). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm (0155)

Loren Data Corp. http://www.ld.com (SYN# 0249 19980608\49-0001.SOL)


49 - Maintenance Repair Shop Equipment Index Page