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

MICRO PRECISION ELECTRIC DISCHARGE MACHINE/MILL


Synopsis/Solicitation Combo - May 18, 2004
Specifications - Posted on May 18, 2004

General Information
Solicitation Number: NNC04062156Q
Posted Date: May 18, 2004
FedBizOpps Posted Date: May 18, 2004
Original Response Date: Jun 03, 2004
Current Response Date: Jun 03, 2004
Classification Code: 34 -- Metalworking machinery
NAICS Code: 333513 - Machine Tool (Metal Forming Types) Manufacturing

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

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.

This notice is being issued as a Request for Quotations (RFQ)] for one each, Panasonic MG-ED82W or Equal Numerically Controlled Micro Precision Electric Discharge Machine/Mill. The complete list of equipment specifications is attached.

The provisions and clauses in the RFQ are those in effect through FAC 01-22.

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 333513 and 500 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.

Delivery to NASA-GRC is required within 120 calendar days ARO. Delivery shall be FOB Destination.

The DPAS rating for this procurement is DO-C9.

Offers for the items(s) described above are due by 4:30pm EST on 6/3/04 to NASA-GRC, Attn: Ronald L. Matthews, Mail Stop 500-306, 21000 Brookpark Rd., Cleveland, OH 44135 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. 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 (JAN 2004), 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (APR 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995 ) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999 ) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999 ) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003 ) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999 ) of 52.219-5. __ (iii) Alternate II (June 2003 ) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003 ) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995 ) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003 ) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995 ) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000 ) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002 ) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001 ) of 52.219-9. __ (iii) Alternate II (Oct 2001 ) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996 ) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003 ) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003 ) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999 ) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000 ) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004 ) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999 ). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002 ) (E.O. 11246). _X_ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001 ) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998 ) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001 ) (38 U.S.C. 4212). __ (20)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000 ) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000 ) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (21) 52.225-1, Buy American Act-Supplies (June 2003 ) (41 U.S.C. 10a-10d). __ (22)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004 ) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). __ (ii) Alternate I (Jan 2004 ) of 52.225-3. __ (iii) Alternate II (Jan 2004 ) of 52.225-3. __ (23) 52.225-5, Trade Agreements (Jan 2004) (19 U.S.C. 2501, et seq ., 19 U.S.C. 3301 note). __ (24) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (25) 52.225-15, Sanctioned European Union Country End Products (Feb 2000 ) (E.O. 12849). __ (26) 52.225-16, Sanctioned European Union Country Services (Feb 2000 ) (E.O. 12849). __ (27) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002 ) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (28) 52.232-30, Installment Payments for Commercial Items (Oct 1995 ) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003 ) (31 U.S.C. 3332). _X_ (30) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999 ) (31 U.S.C. 3332). __ (31) 52.232-36, Payment by Third Party (May 1999 ) (31 U.S.C. 3332). __ (32) 52.239-1, Privacy or Security Safeguards (Aug 1996 ) (5 U.S.C. 552a). __ (33)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 1984 ) of 52.247-64.

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

All contractual and technical questions must be in writing and submitted (e-mail or fax) to ronald.l.matthews@nasa.gov or fax to Ronald L. Matthews (216)433-2480 not later than close of business on 5/27/04. Telephone questions will not be accepted.

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. A copy of the representations and certifications is attached. An ombudsman has been appointed -- See NASA Specific Note "B".

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): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin;=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

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


Point of Contact
Name:Ronald L. Matthews
Title:Contract Specialist
Phone:(216) 433-2766
Fax:(216) 433-2480
Email:Ronald.L.Matthews@grc.nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE