Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 18,1999 PSA#2305

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

40 -- SERIAL DIGITAL VIDEO COAX CABLE SOL RFQ-10-99-0030 DUE 032399 POC Laura C. Blevins, Contract Specialist, Phone (407) 867-7278, Fax (407) 867-1029, Email laura.blevins-1@ksc.nasa.gov -- David D. Reeves, Contracting Officer, Phone (407) 867-3999, Fax (407) 867-1029, Email David.Reeves-1@ksc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/KSC/date.html#RFQ-10-99-0030. E-MAIL: Laura C. Blevins, laura.blevins-1@ksc.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 notice is being issued as a Request for Quotes (RFQ) for the following: ITEM NO. 1 -- 201,000 feet total in 3,000 foot spools of serial digital video coax cable. Cable Salient Characteristics: Plenum Rated Conductor Size: 18 AWG Conductor Type: Solid BC Conductor nominal DCR (kft/km): 6.4 W/21.0 W Dielectric Type: Foam EFP Dielectric nominal outer diameter (in/mm): 0.170/4.32 Shield Type and Coverage: Inner Foil 100%, outer TC 95% braid Shield nominal DCR (kft/km): 2.8 W/9.3 W Jacket Type: CommFlex Jacket Thickness (in/mm): 0.016/0.406 Cable Outside Diameter (in/mm): 0.237/6.02 Nominal Capacitance (pF/ft, pF,m): 15.8, 51.9 Nominal Velocity of Propogation: 84% Nominal Impedence: 75 W Nominal Attenuation: 3.46 dB/100 ft or 11.35 dB/100m @ 270 MHz 4.23 dB/100ft or 13.87 dB/100m @ 360 MHz DELIVERY- The above item is to be delivered by April 20, 1999, to the Kennedy Space Center, Florida. The above item is required to be delivered FOB Destination to NASA, Kennedy Space Center, Florida. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The FAR provisions and clauses in the RFQ are those in effect through FAC 97-11. The DPAS rating for this procurement is DO-C-9. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. The SIC code and the small business size standard for this procurement are 3357 and 1000 respectively. The offeror shall state in their quotation their size status for this procurement. An ombudsman has been appointed -- See Internet Note "B". Any referenced NASA notes can be viewed via Internet at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. This procurement is a small business set-aside -- See CBD Note 1. This note can be viewed via Internet at http://cbdnet.gpo.gov/num-note.html. All responsible business sources may submit a quote which shall be considered by the agency. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Questions regarding this acquisition must be submitted in writing no later than March 19, 1999, to Laura C. Blevins by fax to 407/867-1029 or Internet e-mail to laura.blevins-1@ksc.nasa.gov. Quotations are due by 4:30 P.M. March 23, 1999 to the address and identified point of contact specified above. The offeror shall complete FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (which may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/) and submit it as part of the quote. Offerors shall provide the information required by FAR 52.212-1; FAR 52.212-4; and FAR 52.212-5. The following identified clauses in FAR 52.212-5(b) are incorporated by reference: 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. All FAR Clauses may be obtained via Internet at http://procurement.nasa.gov/FAR/. The offeror should also provide a Commercial and Government Entity (CAGE) Code. Information about CAGE Codes may be obtained from the following URL: http://www.dlis.dla.mil/cage_welcome.htm By submission of its offer, the offeror represents that, if it is subject to the reporting requirements of 37 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has submitted the most recent report required by 37 U.S.C. 4212(d). Quotations for the items(s) described above may be mailed or faxed to the identified point of contact should 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 should be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. 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). Hard copies may be obtained from the identified point of contact; however, the closing date is as stated in this combination synopsis/solicitation, inclusive of any amendments. Facsimile Offers are authorized; however, the Government shall not assume responsibility for proper transmission. FACSIMILE OFFERS SHALL BE FOLLOWED BY THE ORIGINALS IN THE MAIL. Posted 03/16/99 (D-SN309101). (0075)

Loren Data Corp. http://www.ld.com (SYN# 0236 19990318\40-0001.SOL)


40 - Rope, Cable, Chain and Fittings Index Page