SOLICITATION NOTICE
66 -- THERMOCOUPLE VACUUM FEEDTHROUGHS
- Notice Date
- 6/20/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- 8-1-2-E2-D9203
- Response Due
- 7/9/2002
- Archive Date
- 6/20/2003
- Point of Contact
- Becky LaRue, Contract Specialist, Phone (256) 544-5665, Fax (256) 544-6560, Email becky.larue@msfc.nasa.gov - Lynn P. Southgate, Contract Specialist, Phone (256) 544-0303, Fax (245) 544-6560, Email Lynn.Southgate@msfc.nasa.gov
- E-Mail Address
-
Email your questions to Becky LaRue
(becky.larue@msfc.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). NASA MSFC has a requirement for a quantity of 50 each, Deutsch P/N DM5623-37-37PP or equal, 37 pin glass-to-metal hermetically sealed copper/constantan type T thermocouple feedthrough with stainless steel body, jam nut mounted for maximum panel thickness of .5 inch, leakage rate of less than or equal to 1 X 10-9 CC/SEC, temperature range of -50C to 200C, insulation resistance of 5000 megohms @ 500 VDC, 1 3/4 inch long X 1 3/4 inch outside body diameter X 1 1/4-18UNEF 2A thread. The thermocouple vacuum feedthroughs must be 100 percent compatible with the Deutsch DS07-37-37S-059 atmosphere end connector and the Deutsch 13084-37S-5020 vacuum end connector. The thermocouple feedthroughs will used in conjunction with existing G thermocouple connectors that are mounted on and are being used on existing Environmental Test Facilities (ETF). The thermocouple feedthroughs will be used to enhance the ETF to monitor more temperature data during testing. The provisions and clauses in the RFQ are those in effect through FAC 01-07. The NAICS Code and the small business size standard for this procurement are 339111 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 MSFC is required within 14 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 4:30 local time, July 9, 2002 and may be mailed or faxed to NASA/MSFC, Becky LaRue/PS24-L, MSFC, AL 35812, fax 256-544-6560, 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. Addenda to FAR 52.212-1 are as follows: MSFC 52.213-91; NFS 1852.211-70, 1852.214-71, and 1852.215-84. Reserve paragraphs (d),(e),(f),(h), and (i) in 52.21.-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: MSFC 52.211-90 and, 52.232-90; NFS 1852.246-71, 1852.223-72; FAR 52.204-4, 52.211-15, 52.211-16 and, 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 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 July 2, 2002. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. 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". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=62 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
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#101892)
- Record
- SN00097155-W 20020622/020620214240 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |