Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

66 -- GONIOMETER

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11397747Q
 
Response Due
9/8/2011
 
Archive Date
8/26/2012
 
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 one (1) eachGoniometer; Specifications - 1. Measure wetting angle from 0 degrees to 180 degrees, 2. Resolution 0.01 degrees or greater, 3. Accuracy +/-0.10 degrees or better, 4. Sample size 100 mm in diameter or greater, 5. Progressive Scanning Camera minimum of 400Mbps and 70fps, 6. Power supply 110-120 volts, 7. Automated Tilting Base,8. Automated Dispensing System, 9. Calibration standards, 10. Precision 3-Axis stagemovement, 11. Unit adaptable to accept environmental stage, 12. Image Analysis Software measuring contact angle, surface & interfacial tension, advancing & receding contactangle, roll-off angle and contact angle hysteresis, 13. Laptop computer- 15/16 'screen, RW DVD/CD drive, processor > 2GHz, SDRAM Memory > 3 GB, Hard Drive >300 GB, Windows platform.The provisions and clauses in the RFQ are those in effect through FAC 2005-53.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 333314 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. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 4:30 p.m. est to NASA GRC, Attn: Bernadette Kan MS 60-1, 21000 Brookpark Road, 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.219-28 Post-Award Small Business ProgramRerepresentation. (APR 2009), 52.247-34 F.O.B. Destination. (NOV 1991), 1852.215-84Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR 2002), 1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of Sensitive Information.(JUN 2005)FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-10, Reporting Executive Compensation and First-TierSubcontract Awards (JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-10,Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division Cof Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 ofDivision D of Public Law 110-161), 52.219-28, Post Award Small Business ProgramRerepresentation (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3, Convict Labor (JUN 2003)(E.O. 11755), 52.222-50, 52.222-19, Child Labor--Cooperation with Authorities andRemedies (JUL 2010) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB1999), 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246), 52.222-36, AffirmativeAction for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-37, EmploymentReports on Veterans (SEP 2010) (38 U.S.C. 4212), 52.222-50, Combating Trafficking inPersons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-18, Encouraging Contractor Policies to BanText Messaging while Driving (AUG 2011)(E.O 13513), 52.225-1, Buy American Act - Supplies(FEB 2009) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (JUN2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign AssetsControl of the Department of the Treasury), 52.232-33, Payment by Electronic FundsTransfer - Central Contractor Registration (OCT 2003) (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 The goniometer must have the ability to be adapted with an environmental chamber that isplanned to be added in the future. All contractual and technical questions must be in writing (e-mail or fax) to BernadetteKan not later than 4:30 on Sept 6, 2011. 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. 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. 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/NNC11397747Q/listing.html)
 
Record
SN02552475-W 20110828/110827000616-78e1e009d739aa390d01cc972a48f0c5 (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.