Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3, 2001 PSA #2759
SOLICITATIONS

59 -- 3.7 METER TRANSPORTABLE EARCH STATION ANTENNA WITH TANDEM AXLE TRAILER

Notice Date
December 29, 2000
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
RFQ3-164955
Response Due
January 15, 2001
Point of Contact
Ronald L. Matthews, Contract Specialist, Phone (216) 433-2766, Fax (216) 433-2480, Email Ronald.L.Matthews@grc.nasa.gov
E-Mail Address
Ronald L. Matthews (Ronald.L.Matthews@grc.nasa.gov)
Description
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). The Glenn Research Center has a requirement for one (1) each, Heavy-duty transportable earth station antenna system. This antenna will be used to support network research experiments under the NASA Research and Education Network (NREN) Progam Office. NREN provides networking solutions for NASA's next generation of revolutionary applications. The Transportable Earth Station Antenna System will be used at highly remote location for extended periods of time to support high speed networking experiments of national and international interest. Several proposed experiments require the antenna to pass Intelsat earth station certification test for certifaction as a Standard E-2 earth station. A heavy-duty antenna system is required. A typical networking experiment may require the antenna to be deployed at a remote fixed location with high winds and other environmental conditions for several months at a time. The antenna system and tandem axle trailer shall be road worthy as NASA plans to deploy the system across the United States. See attached for complete Specifications. The provisions and clauses in the RFQ are those in effect through FAC 97-17. The NAICS Code and the small business size standard for this procurement are 334220 and 750 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 GRC is required within 9 weeks 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 4:30pm EST on 1/15/2001 and may be mailed or faxed to Ronald L. Matthews, Technology Support Branch MS 500-306, 21000 Brookpark Rd., Cleveland, OH 44135, Fax: (216) 433-2480 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. (Offerors may use the attached SF1449 form) 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/ (Offerors may use the attached Representations and Certifications) FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 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 1/8/2001. 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 and a description in sufficient detail to show that the product(s) quoted meet(s) the Government's requirement to allow for a complete 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. 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=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) N/A]. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFQ3-164955)
Record
Loren Data Corp. 20010103/59SOL007.HTM (D-364 SN5098T8)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on December 29, 2000 by Loren Data Corp. -- info@ld.com