|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1998 PSA#2117NASA/George C. Marshall Space Flight Center, Procurement Office,
Marshall Space Flight Center, AL 35812 66 -- 3 ZONE SCR POWER CONTROL SYSTEM SOL 8-1-8-06-B9815 DUE 062698
POC Ollie G. Ragland, Contract Specialist, Phone (256) 544-0352, Fax
(256) 544-9083, Email ollie.ragland@msfc.nasa.gov -- Michael R.
Sosebee, Contracting Officer, Phone (256) 544-0415, Fax (256) 544-9080,
Email michael.sosebee@msfc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/MSFC/date.html#8-1-8-06-B9815. E-MAIL: Ollie
G. Ragland, ollie.ragland@msfc.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). DESCRIPTION: Line
Item 1. 1 Each 3-ZONE SCR POWER CONTROL SYSTEM. SYSTEM SHALL HAVE 3
SINGLE PHASE CHANNELS- P/N 664F-36-130-00, National Stock No. 6130.
CAPABLE OF PROVIDING 240 VOLTS, 125 AMPS EACH INTO INFRA-RED HEAT
ASSEMBLIES HAVING COLD-TO-HOT RESISTANCE RATIONS. CIRCUIT BREAKER FOR
EACH OF THE 3 CHANNELS. ANALOG METERS PROVIDING INDICATIONS OF
VOLTAGE,CURRENT AND TRUE POWER FOR EACH OF THE 3 CHANNELS. ANALOG
OUTPUTS OF VOLTGAGE,CURRENT AND TRUE POWER FOR EACH OF THE 3 CHANNELS
AS 0-5 VDC SIGNALS. EACH CHANNEL IS TO BE CONTROLLED BY A SELECTABLE
EXTERNAL INPUT SIGNAL INCLUDING 0-5 VDC. EACH CHANNEL SHALL HAVE
INSTANTANEOUS CURRENT TRIP ENABLING DETECTION OF EXCESSIVE CURRENT
CONDITIONS, AND BE ABLE TO DISABLE CURRENT TO THE LOAD WITHIN ONE AC
CYCLE. EACH CHANNEL SHALL HAVE CURRENT LIMITING ADJUSTING CAPABILITY TO
USER TO ADJUST THE CURRENT LIMIT TO THE LOAD WITHIN A RANGE OF 50 TO
125 PERCENT OF MAXIMUM. ALL EQUIPMENT SHALL BE MOUNTED AND WIRED IN ONE
STANDARD 19-INCH RACK WITH VENTILATION PANEL AND FILTER AND BLOWER
ASSEMBLY. 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 3625 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 to MSFC is
required within 30 days ARO. Delivery shall be FOB Destination. The
DPAS rating for this procurement is DO-A7. Quotations forthe items(s)
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, 1852.214-71 and 1852.215-84. Reserve paragraph(s) (d),
(e), (f), (h), & (i) in 52.212-1. 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
thecountry 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: MSFC 52.211-90,
MSFC 52.232-90, NFS 1852.246-71, FAR 52.204-4, 52.211-15 and 52.247-34.
FAR 52.212-5 is applicable and the following identified clauses are
incorporated by reference: 52.222-26, 52.222-35, 52.222-36, 52.222-37,
and 52.225-3. Questions regarding this acquisition must be submitted
in writing no later than June 19, 1998. Quotations are due by June 26,
1998, 5:30 p.m. local time, to the address specified above and to the
attention of the primary contact. Selection and award will be made 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).
See Note(s). Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. (0163) Loren Data Corp. http://www.ld.com (SYN# 0414 19980616\66-0006.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|