Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

66 -- BENCH TOP, COMPUTER CONTROLLED LIQUID SCINTILLATION COUNTER FOR DETECTING ALPHA, BETA AND GAMMA RADIOACTIVITY

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA06157438Q-AHH
 
Response Due
6/29/2006
 
Archive Date
6/22/2007
 
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. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for one Bench Top, Computer Controlled Liquid Scintillation Counter for Detecting Alpha, Beta, and Gamma Radioactivity. Required minimum specifications of the Liquid Scintillator must include the following: ambient room temperature operation; trade-in discount for old Wallac LSC, with vendor removing source; hi-resolution color monitor, 15 inches or greater; ink jet printer; independent formatting of printout RS-232, and disk storage; 3500+ channel multi-channel analyzer; built-in Pentium computer, CD/RW; digital signal processor; permanent memory; three regions of interest; triple label dpm allowing automatic dpm calculations for up to three isotopes simultaneously; automatic dpm calculation for single-label pure beta and alpha emitter; real-time spectrum display and plot; real-time histogram display and plot; luminescent detection; chemically resistant keyboard; 400+large/700+ small vial capacity; cassette loading bidirectional; Ba-133/Cs-137 external standard; interlocking lead shielding; 15+ user program capability: Standards, Background,Tritium,C-14, Quench series; spectral base stores sample and quench standards spectra; spectral isotope library for storage of data for at least H-3, C-14, P-32, P-33, S-35, and I-125; program protection; and local maintenance support. Offerors shall address each of the items above and detail how their proposed system meets the listed specifications. Items may be separately priced, however a total system price must be indicated. The following forms and/or online submissions must be completed by the offeror: (1) 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. Offerors may also enter their representations at the Online Representations and Certifications Application (ORCA) website: https://orca.bpn.gov/. (2) Offerors must be currently registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at http://www.ccr.gov . (3) Offerors must submit a completed ACH form with their quotation, with their company's banking information for the electronic funds transfer (EFT) of any future invoice payment. An ACH form is available at: http://www.fms.treas.gov/pdf/3881.pdf . (4) All successful offerors must file a 2005 VETS-100 Report with the US Department of Labor, http://vets100.cudenver.edu/ . The NAICS Code for this procurement is 334516 and is open to both large and small businesses. 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 Ames Research Center is required within 4 weeks ARO. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 12:00 PM Pacific Time, June 29, 2006 to Melissalynn Perkins at NASA Ames Research Center, Mail Stop 241-1 Moffett Field, CA 94035. The quotation must include a list of customers who have purchased identical or similar systems (with complete customer contact information) and solicitation number NNA06157438Q-AHH, FOB destination to this Center (or applicable estimated shipping costs to Moffett Field, CA 94035-1000), 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 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. The Federal Acquisition Regulations (FAR) may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The provisions and clauses in the RFQ are those in effect through FAC 2005-09. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2006), 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, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-34. The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman (OCT 2003) (Insert: Lewis Braxton (650) 604-5068); NFS 1852.223-72, Safety and Health (Short Form) (April 2002); NFS 1852.237-73, Release of Sensitive Information (June 2005). All contractual and technical questions must be in writing (e-mail or fax) to Melissalynn Perkins not later than June 27, 2006. 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: Delivery, Local Maintenance, Quality, Past Performance, Warranty, etc. shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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=21 . 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=21#120837)
 
Record
SN01075978-W 20060624/060622221857 (fbodaily.com)
 
Source
FedBizOpps 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.