Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

J -- SOLE SOURCE: REPLACE AND INSTALL T-RAY LASER

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK10353539Q
 
Response Due
9/15/2010
 
Archive Date
8/30/2011
 
Point of Contact
Chelsea Marisa Poling, contracting specialist, Phone 321-867-6651, Fax 321-867-4848, Email chelsea.poling@nasa.gov
 
E-Mail Address
Chelsea Marisa Poling
(chelsea.poling@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 Quotation (RFQ) for the replacement andinstallation repair of the T-RAY 4000 System Pulsed Terahertz Controller laser component.The non-destructive method of terahertz scanning is used to inspect shuttle flighthardware for damage below surfaces of thermal protection systems including: orbiterstructural aluminum under tiles, and external tank LO2 feedline ice frost ramps. Thisparticular component is part of a back-up system.The pulsed terahertz Controller is comprised of a short pulse laser, time delay rails,and data collection electronics. The laser component of the system needs to be replaced,calibrated, and re-tested. Acceptance testing will also be performed at KSC. The specifics of the laser are:Rapid Scan Range 320 psRapid Scan Rate 100 HzLong Scan Range 2.8 nsA/D Dynamic Range 16 bitCurrent Required < 4 Amps 110 V, 60 HzSize (W x D x H) 18.5 x 22 x 7 inchesWeight 23 kg 55 lbsPursuant to FAR 6.302-1(a) (2) (ii), this requirement is being procured on a sole sourcebasis from Picometrix LLC. The TCU4000 Pulsed Terahertz Controller, for the T-Ray 4000Time Domain Terahertz System is proprietary technology protected by patents owned byPicometrix. Consequently, Picometrix is the only contractor that can perform the repairto replace the short pulse laser component on the system. The provisions and clauses in the RFQ are those in effect through FAC 2005-23.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334515 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 KSC, FL 32899 is required within 30 days ARO.Delivery shall be FOBDestination.Offers for the items(s) described above are due by September 15, 2010 tochelsea.poling@nasa.gov and must include, solicitation number, FOB destination to thisCenter, 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 areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems 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. Addenda to FAR52.212-1 are as follows: FAR 52.211-6If 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: FAR 52.219-6, FAR 52.219-28, FAR 52.256-15, andFAR 52.247-34, NFS 1852.215-84, NFS 1852.225-70, NFS 1852.237-72, and NFS 1852.237-73.FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: FAR 52.222-3,52.222-19.52.222-21,52.222-26,52.222-36,52.225-1,52.225-13,52.232-33.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 e-mailed to chelsea.poling@nasa.gov notlater than September 13, 2010.Telephone questions will not be accepted.Selection and award will be made (on an aggregate basis) to the lowest priced,technically acceptable offeror. 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.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. It is critical that offerors provide adequate detail toallow evaluation of 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. These representations andcertifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed. If resolution cannot be made by the Contracting Officer,interested parties may contact the installation ombudsman:Kelvin M. ManningKelvin.m.manning@nasa.gov(321) 867-7246Prospective 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=76. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (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/KSC/OPDC20220/NNK10353539Q/listing.html)
 
Record
SN02260303-W 20100901/100830235227-d662566bd33695063c7ad5057c6c5845 (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.