Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2004 FBO #1080
SOLICITATION NOTICE

66 -- ACOUSTIC EMISSIONS SYSTEM

Notice Date
11/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC05084838Q
 
Response Due
11/22/2004
 
Archive Date
11/8/2005
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
 
E-Mail Address
Timothy M. Bober
(Timothy.M.Bober@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 procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for one Digital Wave 4 channel Acoustic Emissions System, model number FM-1, or equivalent Background: The NASA Glenn Research Center (GRC) has requirements for a Digital Wave 4 channel Acoustic Emissions (AE) System model number FM-1 or equivalent. The AE system will be used for detecting and monitoring acoustic events associated with deformation and damage in materials. These materials will consist of monolithics and composites of metals, ceramics and polymers. Most work on these materials will be conducted at the coupon level, but occasional work will be performed on small subelements. Specifications: The Digital Wave 4 channel Acoustic Emissions System, model number FM-1 or equivalent shall have the following salient characteristics: 1) Be a 4 unit system with appropriate signal conditioning for each channel. 2) Be up-gradable to more channels. 3) The A/D system shall be 16 bit. 4) Have broadband (20 kHz – 2 MHz) recording equipment to capture the full spectral range of potential AE signals. 5) Have broadband (50 kHz – 2 MHz) sensors. 6) Have dual path triggering allowing the unit to trigger data recording from processed AE signals. 7) Have appropriate shielding and grounding to minimize signal noise. 8) Be easily portable from place to place. 9) Have its own data acquisition and analysis equipment and produce data files that are easily displayed and manipulated in Windows PC systems. 10) System shall store acquired acoustic wave, and processing and filtering shall be off of that wave. The user shall have the choice of manually changing the processing as desired. 11) Software shall allow for identification of the beginning of the signal and arrival times for easy location of the event within coupon. The user shall have the option of selecting the beginning of the signal manually. Delivery: Delivery of the system to GRC shall be 8 weeks after receipt of order. **NOTE TO PROSPECTIVE OFFERORS: IF PROPOSING AN EQUAL ITEM, OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THE ITEM MEETS THE STATED SPECIFICATIONS** The provisions and clauses in the RFQ are those in effect through FAC 01-25. 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 334510 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 Glenn Research Center is required within 8 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 Monday November 22, 2004 at 4:30 p.m. EST and my be e-mailed, faxed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop: 500-306 Cleveland Ohio 44135 and 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 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. FAR 52.212-5 (oct 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.204-7 52.212-3, 52.222-3, 52.222-26, 52.225-1, 52.225-13, 52.232-25, 52.232-33, 52.243-1. NFS 1852.215-84, 1852.223-72 and 1852.225-70. 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 Timothy M. Bober not later than Monday November 15, 2004. Telephone questions WILL NOT be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. 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. ***It is critical that offerors provide adequate detail to allow evaluation of their offer.*** 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=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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/GRC/OPDC20220/NNC05084838Q/listing.html)
 
Record
SN00705672-F 20041110/041108212050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.