COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671 NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 66 -- SATELLITE TRACKER SOL 1-075-RBG.1071 DUE 091500 POC Evangeline
G. Poulson, Purchasing Agent, Phone (757) 864-2433, Fax (757) 864-6131,
Email E.G.POULSON@larc.nasa.gov -- Susan E. McClain, Contracting
Officer, Phone (757) 864-8863, Fax (757) 864-9775, Email
s.e.mcclain@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-075-RBG.1071. 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). (1) One each satellite telescope and tracking system
capable of automatic satellite tracking with the following components
and specifications: * 11-inch aperture Schmidt-Cassegrain Telescope
(SCT) * Mirror lock-down for telescope to prevent mirror shifting as
system moves rapidly * Support platform for optics (to hold 11-inch
telescope and tracking optics and cameras) * Mount capable of carrying
optical package of at least 30 kg (66 lbs.) at required speeds *
Medium field tracking telescope. 90mm, f/5.6 telescope(500mm FL) * Zoom
lens (F=28-200mm, F/3.5 wide open) for wide field finder * Two CCD
cameras with external gain, gamma, and shutter speed to use with wide
field finder and medium field tracking scopes * Analog rate control
joystick * Adjustable equatorial wedge * Portable pier mount *
Satellite Tracking Software complete and ready to auto acquire and
track objects * 3-day installation and training session System should
be Meridian Controls Archimage System or equal. The provisions and
clauses in the RFQ are those in effect through FAC 97-19. This
procurement is a total small business set-aside. The SIC code and the
small business size standard for this procurement are 4899 and 500,
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 60 days ARO. Delivery shall be FOB
Destination. The DPAS rating for this procurement is DO-C9. Quotations
for the items(s) described above are due by COB 9/5/00 and may be
mailed orfaxed to NASA Langley Research Center, Mail Stop 126, Attn:
Gale Poulson; Hampton, VA 23681 or fax to (757) 864-6881 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/Forms/Index.html to submit a quotation.
Quoters shall provide the information required by FAR 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 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:
52.211-17, 52.219-6 and 1852.215.84. FAR 52.212-5 is applicable and the
following identified clauses are incorporated by reference. 51.222-3,
52.225-13, 52.333-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36,
52.222-37, 52.225-3 Alternate II and 52.232.34. The FAR may be obtained
via the Internet at URL: http://www.arnet.gov/far/ The NFS may be
obtained via the Internet at URL:
http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions
regarding this acquisition must be submitted in writing no later than
August 31, 2000. Award will be based upon overall best value to the
Government, with consideration given to the factors of proposed
technical merits, price and past performance; other critical
requirements (i.e., delivery) if so stated in the RFQ will also be
considered. Unless otherwise stated in the solicitation, for selection
purposes, technical, price and past performance are essentially equal
in importance. It is critical that offerors provide adequate detail to
allow evaluation of their offer (see FAR 52.212-1(b). 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 NASA Specific Note "B". (Prospective quoters
shall notify this office of their intent to submit a quotation
[OPTIONAL]). It is the quoter's responsibility to monitor the following
Internet site for the release of amendments (if any):
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 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/nasanote.html Posted 08/22/00
(D-SN488803). (0235) Loren Data Corp. http://www.ld.com (SYN# 0285 20000824\66-0005.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 22, 2000 by Loren Data Corp. --
info@ld.com
|
|
|