Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

66 -- AIRBORNE PARTICLE SPECTROMETER

Notice Date
3/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09CHB285141Q
 
Response Due
3/25/2009
 
Archive Date
3/18/2010
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, />
 
E-Mail Address
Bernadette.J.Kan@nasa.gov<br
 
Small Business Set-Aside
N/A
 
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 announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ)] for (1) EACH OpticalParticle Counter. The Specifications are: 1.) The instrument shall compute particlesize on the basis of the measured intensity of the scattered light. Techniques based ondiffraction sizing are not permissible. 2.) The instrument shall be capable of measuringthe size of single particles. Techniques based on ensemble scattering are notpermissible. 3.) The instrument shall be capable of measuring particles with sizesranging from a lower limit of 0.090 micrometers or less, to an upper limit of 7.5micrometers or greater. 4.) The instrument shall group particle sizes into at least 100channels. 5.) The instrument shall provide adjacent measurement channels with a minimumsize separation of 1 nanometer or less. 6.) The instrument shall provide a sizingresolution error of 5% or less. 7.) The instrument shall be capable of measuring aparticle number concentration of at least 5 x 108/ft3 at 10 sccm, and 5 x 107/ft3 at 100sccm. 8.) The instrument shall display measurement readings in real-time. 9.) Theinstrument shall store measurements to internal memory, and allow the data to betransferred to either CD or USB. 10.) The instrument shall have the option to interfacewith a computer for input/output. 11.) The instrument shall operate on 100 - 240 V AC. Add a separate line to the quote if Shipping Charges are necessary.The provisions and clauses in the RFQ are those in effect through FAC 2005-30.The FARcan be obtained from http://nais.nasa.gov/far/PAGE ].The NAICS Code and the small business size standard for this procurement are 334516, and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA GRC, 21000 Brookpark Road, Cleveland, OH 44135. Delivery shall be FOBDestination.Offers for the items(s) described above are due by Close of Business 03/25/2009 to NASAGRC, ATTN: Bernadette Kan MS 500-305, 21000 Brookpark Road, Cleveland OH 44135 and mustinclude, 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 authorizedcompany 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items 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), 1852.215-84Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR 2002),1852.225-70 Export Licenses. (FEB 2000) FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:52.203-6 (With Alt 1) Restrictions on Subcontractor Salesto the Government 3.503-1, 52.219-4 Notice of Price Evaluation Preference forHubzoneSmall Business Concerns 19.1308(b), 52.219-8 Utilization of Small BusinessConcerns 19.708(a), 52.222-3 Convict Labor (JUN 2003) (E.O. 11755), 52.222-19 ChildLabor-Cooperation with Authorities and Remedies (AUG 2007) (E.O. 13126),52.222-21,Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity(MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212),52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793),52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era,and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-39 Notification ofEmployee Rights Concerning Payment of Union Dues or Fees 22.1605(a), 52.222-50, CombatingTrafficking in Persons (AUG 2007), 52.225-1, Buy American Act- Supplies (JUN 2003) (41U.S.C. 10a-10d), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008),52.232-34, Payment by Electronic Funds Transfer - Other than Central ContractorRegistration (MAY 1999) (31 U.S.C. 3332).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 BernadetteKan not later than 3/23/2009. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: responses must meet or exceedall the numbered specifications for measurements at the lowest particle size 0.09microns. Must be able to use LabVIEW Software.Less than 5% of particle diameter 10"color LCD display. Saves data files in CSV format and employs a 30 GB hard drive. It iscritical that offerors provide adequate detail to allow evaluation of their offer. (SEEFAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bf9a01fdf141016d3f397784e4420427&tab=core&_cview=1)
 
Record
SN01772039-W 20090320/090318220021-bf9a01fdf141016d3f397784e4420427 (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.