Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

66 -- GAS ANALYZER

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03-C3G-002
 
Response Due
8/13/2003
 
Archive Date
7/29/2004
 
Point of Contact
Carol K. Sharp, Contracting Officer, Phone (216) 433-2771, Fax (216) 433-2480, Email Carol.K.Sharp@grc.nasa.gov
 
E-Mail Address
Email your questions to Carol K. Sharp
(Carol.K.Sharp@grc.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 1 ea. MultiGas Combustion Package consisting of one (1) ea MultiGas Analyzer, one (1) ea PCMCIA GPIB interface card & cable, one (1) ea Sampling Kit , and one (1)ea. Standard Notebook Computer with Windows 2000 in accordance with the following specifications: Gas Analyzer capable of simultaneously analyzing at least 30 gases in ppb to % levels. Analyzer should be based on FTIR technology and should incorporate the following: True high resolution 0.5 cm-1 FT-IR Gas Analyzer 2 scans/sec at 0.5 -1 resolution for fast response 200 mL, 5.11 m gas cell for fast cell turnover and fast response The multi-pass gas cell supplied should require no optical alignment Linearized TE-cooled or LN2 -cooled detector The system should maintain calibration without the need to recalibrate Should provide correct and constant absorption constants Full combustion calibration will be supplied with instrument at 150 C Multiple point calibrations The system should also include a heated gas handling system The software included with the system should be capable of the following Classical Least Squares Regression analysis that includes: Dynamic quantitative analysis (calibration point closest to sample used for quantitative analysis) Interference removal in quantitative region Mutation spectrum calibration - that corrects for spectral non-linearities of high concentrations species Quantitative Diagnostics that includes: Quantitative error estimates for each compound Visual residual analysis to identify interfering species. Frequency precision diagnostics Resolution precision diagnostics The system should also include: Full on-site installation and training Two days higher level training at supplies facility, but need not include travel, lodging and meals. The system should be supplied with12 months parts and labor Warranty for factory defect. The provisions and clauses in the RFQ are those in effect through FAC 01-14. 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 334516 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 NASA/Glenn Research Center is required within 3 weeks 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 COB August 13, 22003 to the Contracting Officer at Mail Stop 500-306 at the delivery address, or at the below listed fax or e-mail address and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, 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: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-15, 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 or fax) to the Contracting Officer not later than August 6, 2003. 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. Other critical requirements: [INSERT SPECIFIC FACTORS such as Delivery, Maintenance, etc] shall also be considered] [Delete if there are no other evaluation factors] 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://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". 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=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.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#106826)
 
Record
SN00386309-W 20030731/030729214142 (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.