Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOLICITATION NOTICE

66 -- MICROBALANCE

Notice Date
4/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10335297Q
 
Response Due
4/16/2010
 
Archive Date
4/9/2011
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov
 
E-Mail Address
Bernadette J. Kan
(Bernadette.J.Kan@nasa.gov)
 
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 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 Microgram RangeBalance with weighing pans: Weighing Capacity: maximum of approximately 5-6 grams,Readability: 1 microgram or less, Tare range: full range of balance, Repeatability: plusor minus 1 microgram or less, Maximum linearity: plus or minus 4 micrograms or less,Maximum stabilization time: 10 seconds, Built-in calibration weights, Pan size: at least30 mm diameter, Draft shield operable by push button or sensor (hands free) and removablefor cleaning, High contrast display, installation and on-site calibration. The vendorshall have the ability to also perform repair services on-site at GRC.The provisions and clauses in the RFQ are those in effect through FAC 05-39.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 333997 and500 emplyees 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 shall be FOB Destination.Offers for the items(s) described above are due by April 16, 2010 COB to NASA GRC, 21000Brookpark Road, Attn: Bernadette Kan MS 500-305, Cleveland OH 44135 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 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 (MAR 2009), 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),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR2002), 1852.225-70 Export Licenses. (FEB 2000).FAR 52.212-5 (FEB 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28 Post Award Small Business Program Rerepresentation(APR 2009), 52.222-3 Convict Labor (JUN 2003) (E.O. 11755), 52.222-19 ChildLabor-Cooperation with Authorities and Remedies (AUG 2007) (E.O. 13126), 52.222-21Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR2007)(E.O. 11246), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.225-1 BuyAmerican Act- Supplies (JUN 2003) (41 U.S.C. 10a-10d),52.225-13 Restriction on CertainForeign Purchases (JUN 2008), 52.232-33, Payment by Electronic Funds Transfer - CentralContractor Registration (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 4/14/2010. 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: accuracy of the readability ofthe small mass, and meeting schedule requirements for the timely delivery of themicrobalance. It is critical that offerors provide adequate detail to allow evaluationof their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10335297Q/listing.html)
 
Record
SN02117597-W 20100411/100409234614-3acf36f371cf0ef8b84d5773cda439b6 (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.