Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

66 -- WATER-BASED CONDENSATION PARTICLE COUNTER

Notice Date
7/6/2011
 
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
NNC11396966Q
 
Response Due
7/11/2011
 
Archive Date
7/6/2012
 
Point of Contact
Ingrid Pace, Buyer, Phone 216-433-2772, Fax 216-433-2480, Email Ingrid.Pace-1@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Ingrid Pace
(Ingrid.Pace-1@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 a Water-basedCondensation Particle Counter and a DustTrak DRX Aerosol Monitor Laser Photometer.Water-based Condensation Particle Counter (WCPC):Capability to measure high concentrations (over 200,000 particles/cm^3)Two different inlet flow rates for flexibility in measurementsCapability to measure particles as small as 5 nmCompatibility with TSI Aerosol Instrument Manager (AIM) Software Compatibility with the TSI Scanning Mobility Particle Spectrometer (SMPS) DustTrak DRX Aerosol Monitor Laser Photometer:Provide both aerosol mass concentration (mg/m^3) as well as information on the individualparticle sizes within the aerosol (particle diameters). The provisions and clauses in the RFQ are those in effect through FAC _2005 - 47 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 334513 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 Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 isrequired within 4 weeks ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 12:00 p.m., July 11, 2011 to IngridPace (Ingrid.Pace-1@nasa.gov), 21000 Brookpark Road, Mail Stop 60-0, Cleveland, OH 44135, fax (216) 433-5489 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. 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable.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) Ingrid Pace(Ingrid.Pace-1@nasa.gov)] not later than July 8, 2011.Telephone questions will not beaccepted.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 (MAR 2011), 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 -- 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. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand 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/NNC11396966Q/listing.html)
 
Record
SN02490936-W 20110708/110706235149-e18dfa02fed286a9359f249cdd9f6a48 (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.