Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2003 FBO #0569
SOLICITATION NOTICE

70 -- METROLOGY DATA ACQUISITION SYSTEM

Notice Date
6/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFQ2-38204-MXS
 
Response Due
7/7/2003
 
Archive Date
6/19/2004
 
Point of Contact
Marianne Shelley, Purchasing Agent, Phone (650) 604-4179, Fax (650) 604-0270, Email Marianne.Shelley@nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone (650) 604-4386, Fax (650) 604-0270, Email Ronnee.R.Gonzalez@nasa.gov
 
E-Mail Address
Email your questions to Marianne Shelley
(Marianne.Shelley@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a data acquisition system with metrology software. The purpose of this procurement is to replace an existing Norfox metrology data acquisition system, located at NASA Ames Research Center, with a new system using brand-name or equal versions of Fluke metrology software. This brand is utilized by other NASA centers including Johnson Space Center, Kennedy Space Center, and John Glenn Research Center. With these NASA centers utilizing the same met/cal software, automated calibration procedures can be interchanged between centers. The required services and supplies are as follows: 1. Setup the Met/Cal database on the existing server and clients. 2. Setup barcode system. 3. Verify that the Met/Cal stations automatically update the Met/Cal database. 4. Setup Met/Cal system to create crystal reports for recall and certificates. 5. Provide data migration from the existing Norfox database to the new Fluke Met/Cal system. The hardware and software components required to implement the new system are as follows: 1 each - Met/Base 7-x System Engine (1991912); 3 each - Met/Cal license (1275810) current version single user floating license for procedure application including IEEE instrument control; 2 each - Met/Track-License (1275831) single user license; 2 each - MTBCM-P320 Barcode Packaging System consisting of (1) barcode magician pkg, (1) wedge type laser scanner, (1) 9200 printer, (1) crystal communication Rpt to printer, including 1 1/2" wide label cartridge; 1 each - Change Log Software. Complete data recording with "as found" and "as left" notations. Integrate seamlessly into Met/Base. Automatic change reporting for Met/Base; 1 each - Metrology Xplorer Web based viewer software; 1 each- CBT-7 (Fluke) Training CD ROM. The provisions and clauses in the RFQ are those in effect through FAC 01-14. The NAICS Code and the small business size standard for this procurement are 334519 and 500 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 Ames Research Center, Attn: Receiving Section, Bldg. 255, Moffett Field CA 94035-1000 is required within 21 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items described above are due by 10:00 A.M. Pacific Time July 7, 2003, and may be mailed or faxed to: NASA Ames Research Center, Acquisition Branch for Aeronautics, Moffett Field, CA 94035-1000, Attn: Marianne Shelley, Fax: 650-604-0270. Quotations 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/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), 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 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 1852.204-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health (Short Form), 52.222-3, 2.233-3, 2.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, 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 All contractual and technical questions must be in writing (e-mail to Marianne.Shelley@nasa.gov or Fax: 650-604-0270) not later than June 26, 2003. Telephone questions will not be accepted. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: 1) Technical acceptability, 2) Delivery, 3) Past Performance, and 4) Cost. Quoters must provide two references of previous orders for the item quoted. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. 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://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. 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=C&pin=21 . 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.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#106267)
 
Record
SN00352260-W 20030621/030620004907 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.