|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1999 PSA#2376NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 35 -- DICING SAW -- RESOLICITATION SOL 1-075-GJE.8822-A DUE 070399 POC
Evangeline G. Poulson, Purchasing Agent, Phone (757)-864-2433, Fax
(757) 864-9774, Email E.G.POULSON@larc.nasa.gov -- Sandra M. Glenn,
Contracting Officer, Phone (757)-864-2413, Fax (757) 864-8863, Email
S.M.GLENN@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-075-GJE.8822-A. E-MAIL:
Evangeline G. Poulson, E.G.POULSON@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). One (1)
each of a precision dicing/cutting saw to include the following
specifications. Shall have computer programmable control of process
parameters through interactive menu driven screens; Shall include
program storage capability; shall include on-site installation and
operator training; shall have integrated vision system for specimen
alignment; shall have a grooved vacuum chuck to accommodate the use of
film frames and grip rings; shall have a non-contact setup system to
adjust depth of cut (z-axis). System shall compensate (z-axis) for
blade water prior to and automatically during operation. Shall be able
to cut specimens at least 0.5" thick, with a work piece size of 6.0"
in diameter; shall accommodate 3" diameter blades; shall have
non-corrosive non-petroleum based coolant system; shall have a maximum
footprint of 4.0 W x 4.0 D x 5.0 H; -"X"axis shall have a usable
stroke of 7.5" and a variable cutting speed from .0l-10 (in/sec); -"Y"
axis shall have a usable stroke of 6.0", a minimum indexing step of
.001", and anb indexing accuracy of .0002"; -"Z" axis shall have a
cutting stroke of 1.0:, steo of .00001", and repeating accuracy of
.0001"; spindle speed shall be variable from 4,000 to 40,000 rpm, with
output power of 1.4 (kW); electrical service shall not exceed 220V, 3
phase. The provisions and clauses in the RFQ are those in effect
through FAC 97-11. The full text of provisions and clauses may be
accessed electronically at these address(es): http://www.arnet.gov/far/
http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The SIC code
and the small business size standard for this procurement are 3545 and
500 employees 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 LaRC is required within 30 days after date of
order.. 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
distribution office, 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 to submit a quotation.
The form can be found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html FAR 52.212-1 is
applicable. Quoters shall provide the information required by FAR
52.212-1. Addenda to FAR 52.212-1 are as follows: 52.252-5, 52.214-34,
52.214-5.. 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 the country of
origin. Please note that payments are to be made by electronic funds
transfer, accordingly, you must provide the information for electronic
funds transfer. Failure to provide this information may delay or
prevent the receipt of payments through the Automated Clearinghouse
Payment System. Refer to para.(i) of FAR 52.212-4. The Representations
and Certifications required by FAR 52.2l2-3 may be obtained via the
internet at URL: http://aim5msfc.msfc.nasa.gov/sdgs/KFT/FT212.03G FAR
52.212-4 is applicable. FAR 52.212-5 is applicable and the following
identified clauses are incorporated by reference: 52.222-3, 52.233-3,
52.222-21, 52.222-26, 52.222-35,52.222-36, 52.222-37. Questions
regarding this acquisition must be submitted in writing no later than
July 1, 1999. Quotations are due by July 3,, 1999 to the address
specified above. FAR 52.212-2 is applicable as follows: [INSERT ONE OF
THE FOLLOWING] Selection and award will be made 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. Offerors must include completed copies
of the provision at 52.212-3, Offeror Representations and
Certifications -- Commercial Items (JAN 1999) with their offer. These
representations and certifications will be incorporated by reference in
any resultant purchase order. 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 theirown copy of this combination
synopsis/solicitation and amendments (if any). Any referenced notes can
be viewed at the following URLs:
http://cbdnet.access.gpo.gov/num-note.html and
http://genesis.gsfc.nasa.gov/nasanote.html Posted 06/24/99
(D-SN346843). (0175) Loren Data Corp. http://www.ld.com (SYN# 0257 19990628\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|