Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2011 FBO #3610
SOLICITATION NOTICE

66 -- DIFFERENTIAL PRESSURE TRANSDUCER

Notice Date
10/11/2011
 
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
NNC11404535Q
 
Response Due
10/19/2011
 
Archive Date
10/11/2012
 
Point of Contact
Deborah L. Giavasis, Contracting Officer, Phone 216-433-5420, Fax 216-433-2480, Email Deborah.L.Giavasis@nasa.gov
 
E-Mail Address
Deborah L. Giavasis
(Deborah.L.Giavasis@nasa.gov)
 
Small Business Set-Aside
N/A
 
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) forDIFFERENCIAL PRESSURE TRANSDUCERS as listed on the attached document for the following 10items:(1) Quantity 12 Each of 0-30' H2O diff pressure transducer(2) Quantity 2 Each of 0-10' psiD diff pressure transducer(3) Quantity 1 Each of 0-5' H2O diff pressure transducer(4) Quantity 2 Each of 0-3 psiD diff pressure transducer(5) Quantity 4 Each of 0-10' H2O diff pressure transducer(6) Quantity 1 Each of 0-50 psiD diff pressure transducer(7) Quantity 1 Each of 0-15 psiD diff pressure transducer(8) Quantity 1 Each of 0-75 psiD diff pressure transducer(9) Quantity 4 Each of 0-100 psiA absolute pressure transducer(10) Quantity 2 Each of 0-50 psiA absolute pressure transducer(11) Estimated Shipping and Handling ChargesSpecifications: 1.1 Fluid service Shall be Gaseous Hydrogen, Gaseous Nitrogen and Gaseous Helium1.2 Fluid connections shall be Female national Pipe Threads (FNPT)1.3 Wetted materials shall be compatible with services listed in item 1.11.4 Accuracy shall be + 0.07% full scale, minimum. Overall accuracy shall be +/- 0.1%of range. Note overall accuracy shall be determined at the transducer terminals andinclude linearity, hysteresis, repeatability, thermal effects and pressure effects.1.5 For differential pressure transducers, the instrument shall be rated for a linepressure of 75 psia (Note the service pressure range of 0-75 psia shall be included inthe overall transducer accuracy)1.6 Transducer shall operate in the environmental temperature range of 0 to 120 degreesF. Temperature compensation shall be provided if necessary to meet accuracyrequirements.(Note this temperature range shall be included in the overall transduceraccuracy)1.7 Input Power Supply shall be 24 VDC1.8 Output signal shall be 0 to 5 VDC1.9 Wiring for connectors shall be 22 gauge, minimum.1.10 Transducer shall be a capacitance type transducer and require no additional signalconditioning.The provisions and clauses in the RFQ are those in effect through FAC 2005-53.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.A copy of a published price list, catalog price or computer page printout showing theprice for items listed above are required with submission of quotation.Delivery to NASA Glenn Research Center, Cleveland, OH 44135 is required within 60 daysARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 4:30p.m. EST on 10/19/11 to DebbieGiavasis either via fax at (216) 433-2480 or email address: Deborah.L.Giavasis@nasa.gov,and must include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml 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 and the following identified clauses areincorporated by reference: COMBATING TRAFFICKING IN PERSONS 22.170552.203-6 (With ALT I)RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT 3.503-252.204-10REPORTING EXECUTIVE COMPENSATION AND FIRST-SUBCONTRACTOR AWARDS4.140352.209-6PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED,SUSPENDED, OR PROPOSED FOR DEBARMENT9.40952.209-10PROHIBITION OF CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS9.108-5(b)52.219-4NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESSCONCERNS 19.1309(b)52.219-28POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION19.308(d)52.222-3CONVICT LABOR 22.20252.222-19CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES22.1505(b)52.222-21PROHIBITION OF SEGREGATED FACILITIES 22.810(a)(1)52.222-26EQUAL OPPORTUNITY 22.810(e)52.222-36AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 22.1408(a)52.222-54EMPLOYMENT ELIGIBILITY VERIFICATION 22.180352.223-18ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING23.110552.225-1BUY AMERICAN ACT--SUPPLIES 25.1101(a)(1) & 1825.103(a)(ii) & (iii)52.225-3BUY AMERICAN ACT--NORTH AMERICAN FREE TRADE AGREEMENT--ISRAELITRADE ACT 25.1101(b)(1)(i)See the following URL for proper application of basic clause and alternates:http://www.grc.nasa.gov/WWW/ProcWeb/225.htm 52.225-5TRADE AGREEMENTS 25.1101(c)(1) & 1825.1101(c)(1)See the following URL for proper application:http://www.grc.nasa.gov/WWW/ProcWeb/225.htm 52.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 25.1103(a)52.232-33PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTORREGISTRATION 32.1110(a)(1) 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 questions must be in writing (e-mail or fax) to Debbie Giavasis not laterthan 12:00p.m. EST on 10/18/11. Technical questions may be sent to Frank Quinn at emailaddress: Frank.D.Quinn@nasa.gov. Telephone questions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror,with acceptable past performance. Technical acceptability will be determined by reviewof information submitted by the offeror which must provide a description in sufficientdetail to show that the product offered meets the Government's requirement.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 representationsand certifications 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 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/GRC/OPDC20220/NNC11404535Q/listing.html)
 
Record
SN02605297-W 20111013/111011234228-24bc03d7e2a64d1cc52d2c5019fadb1d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.