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