Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
SOLICITATION NOTICE

K -- INDUCTIVE POWER DEVICE

Notice Date
12/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09ZRX006Q
 
Response Due
1/15/2009
 
Archive Date
12/17/2009
 
Point of Contact
Jeffrey D Hoyt, Contract Specialist, Phone 216-433-5576, Fax 216-433-2480, />
 
E-Mail Address
jeffrey.d.hoyt@nasa.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. This procurement IS set aside for small business. If you are viewing this solicitationon the fedbizops website, you must check the NASA Business website for amendments,attachments and forms (this is due to the fedbizops software design). http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22It is the offerors responsibility to check the NASA Business website for any amendments.This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of thissolicitation. GENERAL SPECIFICATION (Inductive Power Device for a Five-Axis Dynamic Spin Rig) The Contractor shall furnish one (1) Inductive Power Device and (1) delivery andinstallation to GRC. SPECIFICATIONS1.The device shall be used in lieu of slip rings to transfer power to the rotatingshaft-hub-rotor system (rotating frame) from the stationary laboratory frame.2.The same device shall be used in lieu of slip rings to transfer data between therotating shaft-hub-rotor system and the stationary laboratory frame.3.The device shall simultaneously provide adequate electric power in the rotatingframe for 9 piezoelectric actuators and 9 piezoelectric sensors. The required minimumpower for each piezoelectric actuator is 10 Watts. The required minimum power for eachpiezoelectric sensor is 1 Watts.4.The device shall provide a minimum of +/- 200 VAC peak-to-peak for each of the 9piezoelectric actuators, and a minimum of +/- 10 VAC peak-to-peak for each of the 9piezoelectric sensors.5.The device shall transfer 9 channels of data from the rotating frame to thestationary frame at a minimum rate of 10 KHz. The device shall receive 9 channels of datafrom the stationary frame to the rotating frame at a minimum rate of 10 KHz.6.The device shall be securely mounted on a 3 inch diameter Spin Rig rotor shaft.The outer diameter of the device shall not exceed 7 inches. The total length of thedevice along the shaft shall not exceed 7.5 inches.7.The device shall operate at all shaft rotational speeds between 0 and 1500 rpm,with a future optional upgrade path to a maximum of 10,000 rpm.8.The device shall operate inside a high vacuum environment (0.005-.02 psia) and atall ambient pressures up to a maximum of 2 atmospheres.9.The device shall operate at all ambient temperature of 15 - 30 deg. C10.The device shall be capable of continuous operation for a minimum of 4 hour witha maximum required shutdown of 0.5 hours between successive operations.11.The device shall not generate more than 100 Watts of heat to be dissipated. 12.The contractor shall visit the NASA GRC lab and inspect the existing Five-AxisDynamic Spin Rig prior to beginning fabrication of the Inductive Power Device.13.The contractor shall install and set-up. In addition, they shall give NASA GRC aminimum of one weeks notice before installation.DELIVERY SCHEDULE AND FOB POINT Delivery to NASA Glenn Research Center is required within 14 weeks of the date of award. Delivery shall be FOB Destination, NASA Glenn Research Center.SOLICITATION INSTRUCTIONS Note for those proposing advance payments: FAR limits advance payments for commercialitems to not greater than 15 percent of the total price for the item. If you requirepayment in advance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Therefore, either line out such language or clearly state what terms arenot subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government isself insured and does not pay extraordinary insurance other than that already included innormal shipping practices.Note to those offering installation at the Government facility: The proposed price SHALLinclude all necessary travel, per diem amounts, labor etc. In your proposal clearlystate the number of people and number of days they will be installing the equipment atNASA GRC. Clearly state any travel costs and whether these are air fare or other modeof transportation and the per diem rate used.Per diem rates can be found at:http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASICThe provisions and clauses in the RFQ are those in effect through FAC 2005-26 The NAIC code is 334513 and the small business size standard for this procurement is 500employees. All qualified responsible business sources may submit a quotation which shallbe considered by the agency.The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by Thursday, January 15th, 2009 at4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 BrookparkRoad, MS 500-319, Cleveland, OH 44135, and include on the envelope the solicitationnumber. Faxed offers are acceptable. They can be faxed to Jeffrey Hoyt at 216-433-2480.Your offer may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. Your offer shouldinclude: FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), Cage Code, DUNS identification number,Representations and Certifications, identification of any special commercial terms,description of items offered per 52.212-1 (and as modified), and the offer shall besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form attached tothis solicitation (Ensure that the track changes feature is turned off when wordprocessing this form).Fill in Block 17a including CAGE and DUNS codes. A copy of a published price list, catalog price or computer page printout showing theprice for the Inductive Power Device may also be included if desired. (Note, theContracting Officer may request this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1, Instructions toOfferorsCommercial Items.Offerors may cite the web site that demonstrates all specifications are met for the itemoffered in lieu of providing a paper copy. Web sites that are not viewable for anyreason for up to 5 business days after the offer due date may result in the offer beingdetermined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the Offerors shall so state and shalllist the country of origin.Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certificationselectronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCAdatabase information, the offeror verifies by submission of this offer that therepresentations and certifications currently posted electronically at FAR 52.212-3,Offeror Representations and CertificationsCommercial Items, have been entered or updatedin the last 12 months, are current, accurate, complete, and applicable to thissolicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offerorto identify the applicable paragraphs at (b) through (j) of this provision that theofferor has completed for the purposes of this solicitation only, if any. Therepresentations and certifications will be incorporated by reference in any resultantcontract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://orca.bpn.gov.FEDERAL ACQUISITION REGULATIONS APPLICABLE: FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Feb 2007) is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b. Destination. (NOV 1991) 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007)1852.215-84 Ombudsman. (OCT 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the preaward and postawardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is notto diminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first addresstheir concerns, issues, disagreements, and/or recommendations to the contracting officerfor resolution. (b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman, Dr. Sunil DuttaSDB/HBCU Program Manager and Small Business Technical AdvisorPhone:216-433-8844FAX: 216-433-2946Email: Sunil.Dutta-1@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailjames.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of thesolicitation, verify offer due date, or clarify technical requirements. Such inquiriesshall be directed to the Contracting Officer or as specified elsewhere in this document.1852.223-72 Safety and Health (Short Form). (APR 2002) (a) Safety is the freedom from those conditions that can cause death, injury,occupational illness; damage to or loss of equipment or property, or damage to theenvironment. NASA's safety priority is to protect: (1) the public, (2) astronauts andpilots, (3) the NASA workforce (including contractor employees workingon NASAcontracts), and (4) high-value equipment and property. (b) The Contractor shall take all reasonable safety and occupational health measuresconsistent with standard industry practice in performing this contract. The Contractorshall comply with all Federal, State, and local laws applicable to safety andoccupational health and with the safety and occupational health standards,specifications, reporting requirements, and any other relevant requirements of thiscontract. (c) The Contractor shall take, or cause to be taken, any other safety, and occupationalhealth measures the Contracting Officer may reasonably direct. To the extent that theContractor may be entitled to an equitable adjustment for those measures under the termsand conditions of this contract, the equitable adjustment shall be determined pursuantto the procedures of the Changes clause of this contract; provided, that no adjustmentshall be made under this Safety and Health clause for any change for which an equitableadjustment is expressly provided under any other clause of the contract. (d) The Contracting Officer may notify the Contractor in writing of any noncompliancewith this clause and specify corrective actions to be taken. In situations where theContracting Officer becomes aware of noncompliance that may pose a serious or imminentdanger to safety and health of the public, astronauts and pilots, the NASA workforce(including Contractor employees working on NASA contracts), or high value missioncritical equipment or property, the Contracting Officer shall notify the Contractororally, with written confirmation. The Contractor shall promptly take and report anynecessary corrective action. The Government may pursue appropriate remedies in the eventthe Contractor fails to promptly take the necessary corrective action.(e) The Contractor (or subcontractor or supplier) shall insert the substance of thisclause, including this paragraph (e) and any applicable Schedule provisions, withappropriate changes of designations of the parties, in subcontracts of every tier thatexceed the micro-purchase threshold.1852.225-70 Export Licenses. (FEB 2000) (a) The Contractor shall comply with all U.S. export control laws and regulations,including the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, inthe performance of this contract. In the absence of available licenseexemptions/exceptions, the Contractor shall be responsible for obtaining the appropriatelicenses or other approvals, if required, for exports of hardware, technical data, andsoftware, or for the provision of technical assistance. (b) The Contractor shall be responsible for obtaining export licenses, if required,before utilizing foreign persons in the performance of this contract, including instanceswhere the work is to be performed on-site at NASA Glenn Research Center21000 Brookpark Rd.Cleveland, Ohio 44135,where the foreign person will have access to export-controlled technical data orsoftware. (c) The Contractor shall be responsible for all regulatory record keeping requirementsassociated with the use of licenses and license exemptions/exceptions.(d) The Contractor shall be responsible for ensuring that the provisions of this clauseapply to its subcontractors.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items, (June 2007) is applicable. As prescribed in 12.301(b)(4),insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C.632(a)(2)).52.222-3, Convict Labor (JUN 2003) (E.O. 11755).52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O.13126).52.222-21, Prohibition of Segregated Facilities (FEB 1999).52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).(i) 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts).52.225-1, Buy American Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d).52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations,and statutes administered by the Office of Foreign Assets Control of the Department ofthe Treasury).(37) 52.232-34, Payment by Electronic Funds Transfer - Other than Central ContractorRegistration (MAY 1999) (31 U.S.C. 3332).(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable tocommercial services, that the Contracting Officer has indicated as being incorporated inthis contract by reference to implement provisions of law or Executive orders applicableto acquisitions of commercial items: (d) Comptroller General Examination of Record. The Contractor shall comply with theprovisions of this paragraph (d) if this contract was awarded using other than sealedbid, is in excess of the simplified acquisition threshold, and does not contain theclause at 52.215-2, Audit and RecordsNegotiation. (1) The Comptroller General of the United States, or an authorized representative of theComptroller General, shall have access to and right to examine any of the Contractorsdirectly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times therecords, materials, and other evidence for examination, audit, or reproduction, until 3years after final payment under this contract or for any shorter period specified in FARSubpart 4.7, Contractor Records Retention, of the other clauses of this contract. If thiscontract is completely or partially terminated, the records relating to the workterminated shall be made available for 3 years after any resulting final terminationsettlement. Records relating to appeals under the disputes clause or to litigation or thesettlement of claims arising under or relating to this contract shall be made availableuntil such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures andpractices, and other data, regardless of type and regardless of form. This does notrequire the Contractor to create or maintain any record that the Contractor does notmaintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and(d) of this clause, the Contractor is not required to flow down any FAR clause, otherthan those in paragraphs (i) through (vii) of this paragraph in a subcontract forcommercial items. Unless otherwise indicated below, the extent of the flow down shall beas required by the clause (i) 52.219-8, Utilization of Small Business Concerns (May2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer furthersubcontracting opportunities. If the subcontract (except subcontracts to small businessconcerns) exceeds $550,000 ($1,000,000 for construction of any public facility), thesubcontractor must include 52.219-8 in lower tier subcontracts that offer subcontractingopportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, EqualOpportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action forWorkers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification ofEmployee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down requiredfor all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, etseq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance withparagraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercialitems a minimal number of additional clauses necessary to satisfy its contractualobligations. (End of clause) 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 SELECTION EvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a BEST VALUE basis. Selection and award will be made to thatofferor whose offer will be the most advantageous to the Government, with considerationgiven to the factors of technical capability of the item(s) offered to meet thespecifications, price, past performance and best value requirements: faster deliveryschedule and additional maintenance or warranty periods shall also be considered. Selection and award will be made (on an aggregate basis). The awardee is required tohave a technically acceptable offer and have acceptable past performance. Technicalacceptability will be determined by a review of the information submitted by the offerorproviding a description in sufficient detail to show that the product offered meets theGovernment's requirement (see specifications above). It is critical that offerorsprovide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Technical, past performance and best value, when combined, are approximately equallyimportant to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnishedto the successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. (End of provision) MISCELLANEOUS Questions regarding this acquisition must be submitted in writing no later than 5 daysafter the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the releaseof 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 combinationsynopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bc47785d293db00f0fbc6df19dd722a9&tab=core&_cview=1)
 
Record
SN01720493-W 20081219/081217220148-bc47785d293db00f0fbc6df19dd722a9 (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.