Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

66 -- MATRIX ASSISTED LASER DESORPTION IONIZATION SPECTROSCOPY INSTRUMENT

Notice Date
8/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA11401898Q-AMR
 
Response Due
8/22/2011
 
Archive Date
8/5/2012
 
Point of Contact
Janessa M Schantin, Contracting Officer, Phone 650-604-3558, Fax 650-604-0932, Email janessa.m.schantin@nasa.gov - Karen Klaas, Purchasing Agent, Phone 650-604-6474, Fax 650-604-3020, Email karen.klaas@nasa.gov
 
E-Mail Address
Janessa M Schantin
(janessa.m.schantin@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 only solicitation;offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for equipment fordetermination of molecular weights in intact protein and nucleic acid molecules. Matrixassisted laser desorption ionization (MALDI) mass spectrometry is the most effective toolfor this purpose. NASA Ames Research Center requires a system for determination of molecular weights ofbiomolecules with the following minimum specifications:SPECIFICATIONS:1) Matrix assisted laser desorption ionization and time of flight resolution; 2) Supportfor post-source decay techniques; 3) Microwell plate source/target; 4) Computerworkstation and software to operate the instrument; 5) Set up of instrument to fullyoperational status; 6) 90-day warranty on instrument; 7) Delivery of all supplies andservices set forth herein.DESCRIPTION OF USE IN PROJECT: This instrument will support the synthetic biology initiative at Ames Research Center.PERIOD OF PERFORMANCE: Complete delivery and installation at NASA Ames Research Center by September 30, 2011.This procurement is a total small business set-aside. In accordance with FAR 19.001, asmall business concern is defined as a concern that is qualified as a small businessunder the criteria and size standards in 13 CFR Part 121, and is organized for profitwith a place of business located in the United States or its outlying areas and thatmakes a significant contribution to the U.S. economy through payment of taxes and/or useof American products, material and/or labor. Additional information regarding smallbusiness contracting with the federal government is available from the Small BusinessAdministration at http://www.sba.gov/.The North American Industry Classification System (NAICS) Code and the small businesssize standard for this procurement are 423490 (Other Professional Equipment and SuppliesMerchant Wholesalers) with a small business size of less than 100 employees,respectively. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by Monday, August 22, 2011, no later than12:30 PM Pacific Time, to the contracting officer, Janessa Schantin, emailJanessa.M.Schantin@nasa.gov, and must include: a firm fixed price for the required items,solicitation number, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. Theprovisions and clauses in the RFQ are those in effect through Federal AcquisitionCircular (FAC) 2005-48. The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html. The NASA FAR Supplement (NFS) may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs(j) and (k) that require all offerors to have a DUNS number and current CCR registration.Offerors shall provide the information required by FAR 52.212-3 (MAY 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. If the offerorhas already entered their representations and certifications at the OnlineRepresentations and Certifications Application (ORCA) at https://orca.bpn.gov/, offerorsare only required to complete paragraph (b) of the provision. FAR 52.212-4 (JUN 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified FAR clausesare incorporated by reference:FAR 52.204-10 Reporting Executive Compensation andFirst-Tier Subcontract Awards, 52.219-28 Post-Award Small Business ProgramRerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation withAuthorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 EqualOpportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50Combating Trafficking in Persons, 52.225-1 Buy American Act-Supplies, 52.225-13Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic FundsTransfer- Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4Applicable Law for Breach of Contract Claim. The following FAR and NFS clauses will also be incorporated into any resultant contract: NFS 1852.223-72 Safety and Health (Short Form), NFS 1852.225-70 Export Licenses, NFS1852.215-84 Ombudsman (Deb Feng, NASA Ames Research Center, M/S 200-9, Moffett Field, CA 94035-0001), NFS 1852.237-73 Release of Sensitive Information. All contractual and technical questions about this solicitation must be in writing(e-mail only) to: Janessa.M.Schantin@nasa.gov not later than Monday, August 15, 2011.Telephone questions will not be accepted. Selection and award will be made to the offeror whose offer will be most advantageous tothe Government, with consideration given to the following evaluation factors: (1)Technical merit of the proposed equipment for determination of molecular weights inintact protein and nucleic acid molecules, and the extent that they meet all of thespecifications listed above; (2) Schedule: An evaluation of the offeror's proposeddelivery and installation date to NASA Ames Research Center; (3) Price: An evaluation ofthe reasonableness of the quoted price for the equipment for determination of molecularweights in intact protein and nucleic acid molecules. 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=21. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA11401898Q-AMR/listing.html)
 
Record
SN02523179-W 20110807/110805234453-886925037ea575654788dc02a3c44dea (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.