NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

SOLE SOURCE AVTEC SYSTEMS INC


Synopsis/Solicitation Combo - Jul 28, 2008

General Information
Solicitation Number: NNK08250071Q
Posted Date: Jul 28, 2008
FedBizOpps Posted Date: Jul 28, 2008
Original Response Date: Aug 12, 2008
Current Response Date: Aug 12, 2008
Classification Code: D -- Information technology services, incl. telecom services
NAICS Code: 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

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; offers are being requested and a written solicitation will not be issued.

The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13.

This notice is being issued as a Sole Source Request for Quotation (RFQ) to Avtec Systems, Inc. for:

IOP-1000 Chassis, IOP-A0200 redundant power supply, IOP-A0600 Gbit Ethernet module, IOP-A0702 Serial I/O Module, IOP-CBL0102 EIA-530 cable, and IOP-A0902 TDC Analog converter.

This purchase is for Isochronous Telemetry Over IP Multiplexers with Video and T1 Circuit Emulation support. The multiplexers must support telemetry rates from 75bps to 15mbps with and without user provided clocks. These features are required to support Launch Services Program mission requirements. Avtec Systems is the only manufacturer which offers all of these capabilities in a single multiplexer. This single platform support of voice, data, and video services is required to minimize rack space, allow for flexibility, and simplify remote management interfaces.

The provisions and clauses in the RFQ are those in effect through FAC 2005-26

This procurement is a total small business set-aside. See Note 1.

The NAICS Code and the small business size standard for this procurement are 334220, 750 employees, respectively. The offeror shall state in their offer their size status for this procurement.

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

The DPAS rating for this procurement is DO-C9

Offers for the items(s) described above are due by August 12, 2008, 2:00PM (EST) to NASA-KSC, Attn: Gina Hudak, OP-LS, KSC, FL 32899 and must include, solicitation number, FOB destination to KSC, 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.

Offerors shall provide the information required by FAR 52.212-1 (NOV 2007), Instructions to Offerors-Commercial, 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 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference:

(1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78)

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (AUG 2007) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.o.s., proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). XX 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332).

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

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 proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).

Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than August 6th. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any).

An ombudsman has been appointed - See NASA Specific Note "B".

Any referenced notes may be viewed at the following URLs link below.


Point of Contact
Name:Gina E Hudak
Title:Contract Specialist
Phone:321-867-1274
Fax:321-867-4848
Email:gina.e.hudak@nasa.gov

Name:Jacklyn L. Norman
Title:Contract Officer
Phone:321-867-1500
Fax:321-867-4848
Email: jacklyn.l.norman@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: