Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

66 -- ELECTROCHEMICAL SYSTEM

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC0461763Q-A
 
Response Due
5/21/2004
 
Archive Date
5/17/2005
 
Point of Contact
Michael Kaszyca, Contract Specialist, Phone (216) 433-2799, Fax (216) 433-2480, Email Michael.Kaszyca-1@nasa.gov
 
E-Mail Address
Email your questions to Michael Kaszyca
(Michael.Kaszyca-1@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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). 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 Offer (RFO) for: Item 1) Electrochemical System The contractor shall furnish one Electrochemical System in accordance with the following specifications: Item 1: Electrochemical System General: Microsoft based software with the ability to program experiments. Automatic printing in user designed templates. Data shall be extractable to other software packages. Electrochemical System Technical Specifications: Modular Potentiostatic System to include the addition of the following methods: Electrochemical Impedance Spectroscopy (Specifications listed under Frequency Response Analysis Technical Specifications below) Bipotentiostatic capability: the system shall have a second working electrode that can be simultaneously be scanned with the original working electrode or be set to a constant potential in order to allow work with a rotating ring-disk electrode system. Low current amplification; current range to 100 pA and current resolution to 0.3 femtoamps (10-15) Analog signal sweep generator Data sampling rate up to 10 K/s Sequential multiplexing of 8 pairs of working electrodes with a common reference and a common counter electrode. Additional pairs of working electrode can be added up to 128. USB interface connection with microprocessor control. Maximum Output Current: ?1A Maximum Compliance Voltage: ?30V Combined Potentiostat/Galvanostat Applied Potential Range: ?10V Applied Potential Accuracy: ?0.2% of Setting, maximum value of ?2 m V Applied Potential Resolution: 150 micro V Measured Potential Resolution: 300 or 30 micro V Current Ranges: 10 nA to 1A Applied and Measured Current Accuracy: 0.2% of current and 0.2% of current range Applied Current Resolution: 0.03% of current range Measured Current Resolution: 0.0003% of current range (30 fA at 10nA Current Range) Potentiostat Bandwidth: 1MHz Potentiostat Risetime (1 V step, 10-90 %): <250ns Input Impedance of electrometer: >100 gigaohm //<8pF iR compensation: Current interrupt and Positive Feedback Four, Three or Two Electrode Control Potential and Current Analog Outputs 16-bit A/D and D/A converters 1 Analog input channels for external instrumentation. Expandable to 5 inputs Software Specifications: Software controlled basic techniques including pulse voltammetry (normal, differential, and differential normal), square wave voltammetry, AC voltammetry, cyclic and linear sweep voltammetry, chrono-methods, potentiometric stripping. Steps and Sweeps methods for user defined analyses. Bipotentiostat measurements Up to 5 Separate Analog Signals Recorded , for example QCM, spectrophotometers or pH electrodes Measurements under open-circuit potential. Data evaluation methods, including peak search, integration, linear regression, smoothing, automatic fits and simulations, Tafel slopes, corrosion rate. Data correction methods. Curve and data visibility, curve overlay of other sample data, export to spreadsheet and documentation programs Project management to include creation of linked analyses with automated data collection and storage. Frequency Response Analysis Technical Specifications: Modes: Potentiostatic and Galvanostatic Frequency Range: 10 micro Hz to 1 MHz Frequency Resolution: 0.003% Frequency Modes Single or multiple sine waves Applied Amplitude: 0.2 mV to 350 mV or 1 mV to 1 V (rms) in steps of 0.1 mV (Potentiostat) 0.0002 to 0.35, in steps of 0.0001 times applied current range (Galvanostatic) Impedance measurement: 1 mOhm up to 100 GOohm Input Range: ?5V Frequency Scans available in linear, logarithmic, or square root distribution Frequency Scan dividable up to 5 separate sub-scans. Measurements with respect to open-circuit potential. Oscilloscope and Frequency spectrum Windows. Various Plot views include Nyquist and Bode Plots, and other potential, current and time scans. Circle Analysis Include equivalent Circuit Fitting and Simulation, based on Circuit Description Code by Dr. B.A. Boukamp. Kramers-Kronig test The provisions and clauses in the RFO are those in effect through FAC 01-23. The NAICS code is 334516 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center is desired by June 11, 2004. Offeror shall state a delivery schedule in their offer. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://www.grc.nasa.gov/WWW/ProcWeb/forms.htm Offers for the items(s) described above are due by May 21, 2004, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for Item 1 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation. Faxed offers are not acceptable due to the required information of 52.212-1. Selection and award will be made to the lowest priced, technically acceptable offeror in accordance with FAR 52.212-2. 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 (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. NASA FAR Clauses: (1) 1852.215-84 Ombudsman (OCT 2003) (In paragraph b, insert ?see http://ec.msfc.nasa.gov/hq/library/Omb.html for the name, address, telephone number, facsimile number, and e-mail address of installation ombudsman?) (2) 1852.225-70 Export Licenses (FEB 2000) FAR Clauses: 52.204-7 Central Contractor Registration (Oct 2003) 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Oct 2003) As prescribed in 12.301(b)(4), insert the following clauses: (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 Small Business Set-Aside (Jan 1999). (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). (4) __ 52.219-5 Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ Alternate I (Mar 1999) of 52.219-5. __ Alternate II (June 2003) of 52.219-5. (5) 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ Alternate I (Oct 1995) of 52.219-6 __ Alternate II (MAR 2004) 52.219-6 (6) __ 52.219-7 Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ Alternate I (Oct 1995) of 52.219-7 __ Alternate II (MAR 2004) of 52.219-7 (7) X 52.219-8 Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637 (d)(2) and (3)). (8) __ 52.219-9 Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4)). (9) __ 52.219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (10) __ 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). __ 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). (13) X 52.222-3 Convict Labor (June 2003) (E.O. 11755) (14) X 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JAN 2004) (E.O. 13126) (15) X 52.222-21 Prohibition of Segregated Facilities (Feb 1999) (16) X 52.222-26 Equal Opportunity (April 2002) (E.O. 11246). (17) X 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) (18) X 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (19) X 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) __ 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)). __ Alternate I of 52.223-9 (Aug 2000) (42 U.S.C. 6962(i)(2)(C)). (21) X 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a - 10d). (22) __ 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act (JAN 2004) (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ Alternate I (JAN 2004) of 52.225-3. __ 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). (30) X 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) X 52.247-34 F.O.B. Destination (NOV 1991) (34) __ 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). __ Alternate I (Apr 1984) of 52.247-64. (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which 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 or components: NONE 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 Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. 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) and for downloading their own copy of this combination synopsis/solicitation and amendments: http://nais.msfc.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).
 
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#110374)
 
Record
SN00587349-W 20040519/040517212419 (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.