Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
SOLICITATION NOTICE

66 -- CLEAN ROOM LEAK DETECTOR

Notice Date
2/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG07189649Q
 
Response Due
3/2/2007
 
Archive Date
2/15/2008
 
Small Business Set-Aside
N/A
 
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 a clean room leak detector for leak checking the Sample Analysis at Mars (SAM) Instrument Suite of instruments during the Integration and Testing (I&T) phase. One leak detector is needed with the following specifications: Salient Specifications for Clean Room Leak Detector 1. Leak detector must be configured to operate in a Class 10,000 clean room environment. Bidders shall discuss how their leak detector is able to achieve this requirement. 2. Main pump must be a turbo molecular pump with sealed bearings that will not enable oil or grease to backstream into high vacuum area during pumping or venting operations. 3. Roughing pump used to back turbo pump and for pumping down sample inlet shall be oil free (scroll pump preferable). 4. Roughing pump for pumping inlet shall have a pumping speed of at least 25m3/hr. 5. Minimum detectable helium leak rate shall be less than 8x10-12 mbar l/sec. 6. Maximum detectable helium leak rate shall be at least 1x10-1 mbar l/sec. 7. Maximum permissible inlet pressure shall be equal to or greater than 15 mbar. 8. Leak rate display range shall be 10-12 mbar to 1 mbar. 9. Leak detector shall have a ?sniffer? mode that will allow the detection of helium leaks as small as 10-7 mbar l/sec. 10. Leak detector shall have a selectable set of measurement units. 11. Response time to detect a helium leak shall be less than 1 sec. 12. Display screen shall have ability to display leak rate in at least a numerical mode and trend (histogram) mode. 13. A cart containing the leak detector and all roughing pumps shall be provided. 14. A KF25 adapter flange shall be attached to the leak detector inlet port. 15. Power shall be 115 V AC, 60Hz. The provisions and clauses in the RFQ are those in effect through FAC 2005-15. The NAICS Code and the small business size standard for this procurement are 334519. 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/GSFC, Greenbelt, MD 20771 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 response date listed above via email to Sherry.L.McGee@nasa.gov 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 2006), 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 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: 2.1.1 52.204-9 Personal Identity Verification of Contractor Personnel. (NOV 2006) 2.1.2 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (SEP 2006) 2.1.3 52.211-16 Variation in Quantity. (APR 1984) 2.1.4 52.213-3 Notice To Supplier. (APR 1984) 2.1.5 52.252-2 Clauses Incorporated By Reference. (FEB 1998) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 individual listed below not later than February 27, 2007. 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. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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=51 . 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=51#123628)
 
Record
SN01233324-W 20070217/070215221712 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.