Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
SOLICITATION NOTICE

66 -- 2-BAND OPTICAL PYROMETER TEMPERATURE SENSORS

Notice Date
3/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM05105977Q
 
Response Due
4/1/2005
 
Archive Date
3/22/2006
 
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 2-Band Optical Pyrometer Temperature Unit ? Ircon series/model 5R-1410 complete system (Brand Name or Equal) with each unit consisting of a pyrometer, universal adapter, cable assembly, and right angle mounting (turnkey operation) with the following specifications: Temperature Range: 600 to 1400 deg C; Mode: operates in one or two color (ratio) mode; Wavelength: ratio mode (0.75 to 1.05 and 1.0 to1.1 micrometer range); Single color 1.0 to 1.15 micrometer; Focusing range: 13? to infinity; Measurement spot size: 0.13? dia. at 13? and 0.24? dia. at 24?; Sighting method: through the lens (no filter); Response time: 10ms to 60seconds; Analog output: 4-20ma; Analog input: 4-20ma; Digital input/output: RS-485; Accuracy: 0.5% of reading plus 2 deg C? Resolution: 1K; Emissivity-slope: 0.8 to 1.2; Repeatability: 0.1% of full scale, plus 1 digit (@25 deg C); Sensor Rear Panel Control: temperature, setup display and keypad for independent configuration and operation; Operating Voltage: 24 VDC; Operating Temperature: Ambient 0 to 55 deg C; Cable Assembly: 25 feet; Weight: under 4 lbs; Mount: Universal two axis support; Operators Manual: included; Normal Operation: no cooling required. Quantity of 17. The provisions and clauses in the RFQ are those in effect through FAC 2005-01 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 334513, 500 employees 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 George C. Marshall Space Flight Center, Bldg 4471, MSFC, AL 35812 (M/F) is required within 35 days 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 April 1, 2005, 12:00 CST, to George C. Marshall Space Flight Center, Bldg 4203, PS41/K. Craig, MSFC, AL 35812 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 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 2005), 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 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-3, 52.225-4, and 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 to Kellie D. Craig not later than March 30, 2005. Telephone questions will not be accepted. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror. 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://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#114703)
 
Record
SN00773622-W 20050324/050322212742 (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.