Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

66 -- IMAGER FOR LAB DIAGNOSTIC TOOL

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM10351851
 
Response Due
8/10/2010
 
Archive Date
8/3/2011
 
Point of Contact
Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062, Email betty.c.kilpatrick@nasa.gov - Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062, Email betty.c.kilpatrick@nasa.gov
 
E-Mail Address
Betty C. Kilpatrick
(betty.c.kilpatrick@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
**********SEND ALL INFORMATION AND CORRESPONDENCE INCLUDING QUOTES AND TECHNICALQUESTIONS IN WRITING TO Alonda Woodley/DFI AT alonda.l.woodley@nasa.gov; OR FAX:256-544-7352**********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 an Imager for LabDiagnostic Tool for the Science and Exploration Research Office at Marshall Space FlightCenter. Market research has found a product built by Andor Technology Company that meetsall MSFC requirements. Please quote items that are same as or equal to model DX DirectDX434-BN1024x1024, 13um, BN; with Classic PCI Controller Card CCI-010; Imaging softwareSOLIS (1) and Software Development Kit, CCD PCI System, ANDOR-SDK-CCD. See attached SOWfor Specifications.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334516respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.All responsible sources may submit an offer which shall be considered by the agency.However, any award from this RFQ will require the potential vendor to be certified withinthe Online Central Contractor Registration (CCR) and Online Representations andCertifications Application (ORCA) Databases prior to awardDelivery to MSFC/NASA, Central Shipping and Receiving, Bldg. 4631, Saturn Rd., MarshallSpace Flight Center, AL 35812.Required Delivery Date Shall be 10 weeks ARO. Deliveryshall be FOB Destination.Offers for the items(s) described above are due by 10:00a.m. CST Monday, August 10, 2010to alonda.l.woodley@nasa.gov and must include, solicitation number, FOB destination tothis Center, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. 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. FAR 52.212-5 (July 2010), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference: 52.252-2, 52.204-7, 52.209-6, 52.247-34 1852.215-84,1852.223-72, 1852.237-73, 52.232-90, 52.211-90, 52.246-90, 52.212-3, 52.219-6, 52.219-28,52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.225-3, 52.225-3(ii), 52.225-13, 52.232-33,52.222-36.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 AlondaWoodley/DFI not later than Thursday, August 5, 2010. Telephone questions will not beaccepted.Selection and award will be made to the lowest priced, technically acceptable offeror,with acceptable past performance. Technical acceptability will be determined by review ofinformation submitted by the offeror which must provide a description in sufficientdetail to show that the product offered meets the Government's requirement.An 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=62. Potential offerorswill 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/GMSFC/POVA/NNM10351851/listing.html)
 
Record
SN02227023-W 20100805/100803235519-ac47246a397d24d37c629bcb4c6bbfe9 (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.