Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
SOLICITATION NOTICE

66 -- TEX-14014 XY SCANNING SYSTEM

Notice Date
6/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM0468409Q
 
Response Due
6/24/2004
 
Archive Date
6/14/2005
 
Point of Contact
Sherry H Landers, Contract Specialist, Phone (256) 544-4375, Fax (256) 544-6560, Email sherry.h.landers@nasa.gov - Roxanne C. Melton, Contracting Officer, Phone (256) 544-6561, Fax (256) 544-6560, Email roxanne.c.melton@nasa.gov
 
E-Mail Address
Email your questions to Sherry H Landers
(sherry.h.landers@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 each Texonics, Inc. TEX-14014 XY Scanning System or equal, including the following 3 items, that is to be delivered to the Johnson Space Center (JSC) and integrated with a Meyer Instruments (of Houston, TX) Leica MZ16A stereomicroscope and image analysis system. Item 1: 1 each TEX-14014 XY Scanning system or equal in accordance with the following requirements: the system shall be compatible and capable of successful integration with the Meyer Instruments Leica MZ16A stereomicroscope and image analysis system; the system shall be compact and capable of handling non-standard shapes, weight, and sizes of space-exposed hardware; it shall be at least Class 10,000 cleanroom compatible; X-Y screws shall not be exposed; shall include a 2 x 2 foot translation of the X/Y table; shall include two (2) micron or better stepping function or encoders; system shall be switchable between horizontal and vertical scanning capability; X-Y axis shall be at 90 degrees (perpendicular) to each other either in the horizontal or vertical modes; the X-Y table shall possess a vibration dampening system to minimize vibration of the object being viewed through the microscope; SDK Command Code - X-Y table interface output to controller shall be accomplished with RS232 serial port signal and provide the TTL pulse for the scanning software to interpret for table positioning (shall be compatible with Image Pro Plus 5.0 Analytical Imaging and Scope Pro 5.0 software); interface plate with scanning platform (optical bench) shall be compatible with 1 inch grid pattern; and system shall hold 50 pounds when in vertical scanning mode. Item 2: 1 each Enclosure to include all motion control hardware mounted into metal enclosure including: enclosure, fusable power on/off disconnect, 110 vac power distribution, fuses and fuseholders, cable glands, misc. terminal bloks, wire, etc., wire trays. AC schematic and wiring diagram. All wires shall be number coded per the schematic. Item 3: 3-days on-site technical service, including travel and lodging expenses, at JSC. The provisions and clauses in the RFQ are those in effect through FAC 01-023. 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 423830 and 100 employees. 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 Transportation Officer, Building 421, NASA/Johnson Space Center, Houston, TX 77058 is required no later than August 13, 2004. Delivery shall be FOB Destination JSC. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by June 24, 2004, 4:30 p.m. Central time, to Sherry H. Landers, Procurement Office, NASA/George C. Marshall Space Flight Center, Mail Code PS24, Building 4666 Room 259, Marshall Space Flight Center, AL 35812 and must include solicitation number, FOB destination to JSC, 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/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. Addenda ot FAR 52.212-4 are as follows: 52.211-15 Defense Priority and Allocation Requirements (Sep 1990); 52.247-34 F.o.b. Destination (Nov 1991). FAR 52.212-5 (MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commerical Items is applicable and the following identified clauses are incorporated by reference: 52.219-6 Notice of Total Small Business Set Aside (Jun 2003); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (Jan 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-1, Buy American Act-Supplies (Jun 2003); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). 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 Other Applicable Contract Terms and Conditions: 1852.215-84 Ombudsman (OCT 2003); 1852.223-72 Safety and Health (Short Form) (APR 2002); MSFC 52.232-90 Discounts for Prompt Payment (FEB 2001); MSFC 52.246-90 Warranted Items (FEB 2001) All contractual and technical questions must be in writing to Sherry.H.Landers@nasa.gov not later than June 17, 2004. Telephone questions will not be accepted. Selection and award will be made on an aggregate basis 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: guarantee that the X-Y Scanning System is compatible and can be successfully integrated with the Meyer Instruments Leica MZ16A Motorized Steromicroscope and Image Analysis System; and delivery of the items to JSC no later than August 13, 2004. It is critical that offerors provide adequate detail to allow evaluation of their offer (SEE FAR 52.212-1(b)). Information detailing the compatibility and integration capability of the scanning system to the stereomicroscope and image analysis system shall be provided. 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. 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=62 . 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=62#110775)
 
Record
SN00603121-W 20040616/040614212303 (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.