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