Router Control Panels, Scalers, Converters, Warranty, Customer Support, Commissioning, and Training (№3813167)

03 nov

Number: 3813167

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


03-11-2017

Description


Router Control Panels, Scalers, Converters, Warranty, Customer Support, Commissioning, and TrainingSolicitation Number: 80GRC018P0001
Agency: National Aeronautics and Space Administration
Office: Glenn Research Center
Location: Office of Procurement

Solicitation Number: 80GRC018P0001

Notice Type: Award

Contract Award Date: November 2, 2017

Contract Award Number: 80GRC018P0001

Contract Award Dollar Amount: 205232

Contractor Awarded Name: RPC Video

Contractor Awarded DUNS: 116018813

Contractor Awarded Address: 50 Allegheny River Blvd.

Verona, Ohio 15147
United States

Synopsis: Added: Oct 04, 2017 2:19 pm 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued.

Offers for the items(s) described are due by
4:30 p.m. EST, Wednesday, October 18, 2017 to [email protected] and must 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.

NASA Glenn Research Center has a requirement for various Router Control Panels, Scalers and Converters, Warranty and Customer Support, Commissioning and Training. Please see "Attachment 1" for specifications.

The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The Government intends to execute a bi-lateral contract with the successful offeror.

The provisions and clauses in the RFQ are those in effect through FAC2005-26, this can be found via the internet at URL: http://nais.nasa.gov/far .

This procurement is a total small business set-aside.

The NAICS Code and the small business size standard for this procurement are 238210 and $15000000 Size Standard, respectively. The offeror shall state in their offer, their size status.

All responsible sources may submit an offer which shall be considered by the agency.

Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135-3191. Delivery shall be FOB Destination.


Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml


Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors - Commercial Items, which is incorporated by reference.


If the end product(s) offered 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.


FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference:

• 52.203-6 - Restrictions on Subcontractor Sales to the Government - Alternate I
• 52.204-7 - System for Award Management
• 52.204-10 - Reporting Executive Compensation and First-Tier Subcontractor Awards
• 52.209-6 - Protecting the Government"s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
• 52.211-6 - Brand Name or Equal
• 52.219-4 - Notice of Price Evaluation Preference for HubZone Small Business Concerns
• 52.219-6 - Notice of Total Small Business Set-Aside
• 52.219-8 - Utilization of Small Business Concerns
• 52.219-14 - Limitations on Subcontracting
• 52.219-16 - Liquidated Damages - Subcontracting Plan
• 52.219-28 - Post Award Small Business Program Representation
• 52.222-3 - Convict Labor
• 52.222-19 - Child Labor-Cooperation with Authorities and Remedies
• 52.222-21 - Prohibition of Segregated Facilities
• 52.222-26 - Equal Opportunity
• 52.222-35 - Equal Opportunity Veterans
• 52.222-37 - Employment Reports on Veterans
• 52.222-36 - Equal Opportunity for Workers with Disabilities
• 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act
• 52.222-50 - Combatting Trafficking in Persons
• 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving
• 52.225-5 - Trade Agreements
• 52.225-13 - Restrictions on Certain Foreign Purchases
• 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management


The FAR may be obtained via the Internet at URL: http://www.acqusition.gov/far/index.html


The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nstoc.htm


All contractual and technical questions shall be in writing (email) to [email protected] no later than 4:30 p.m., Wednesday, October 11, 2017. Telephone questions are accepted, email is most preferred.


Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of lowest price technically acceptable. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors prices will be evaluated include of the base and all options. Brand Name is preferred, but FAR 52.211-6 Brand Name or Equal does apply, please see "Attachment 1" for full FAR clause description.


Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm . These representations and certifications will be incorporated by reference in any resultant contract.


NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html .


Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror"s responsibility to monitor the following Internet site for the release of solicitation amendments (if any): https://prod.nais.nasa.gov/cgibin/nais/link_syp.cgi . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).



Please consult the list of

document viewers if you cannot open a file. Attachment 1 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Attachment 1

Posted Date: October 4, 2017

Attachment 1 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Attachment 1

Posted Date: October 5, 2017



80GRC018P0001_-_Attachment_1.pdf (78.64 Kb) Description: Attachment 1



Contracting Office Address: NASA/Glenn Research Center
21000 Brookpark Road
Cleveland, Ohio 44135


Place of Performance: 21000 Brookpark Road

Cleveland, Ohio 44135
United States


Primary Point of Contact.: Brianna L. Artino, Contract Specialist

[email protected] Phone: 2164335675