Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOLICITATION NOTICE

63 -- HYDROGEN FIRE DETECTORS

Notice Date
1/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12422564Q
 
Response Due
2/7/2012
 
Archive Date
1/24/2013
 
Point of Contact
Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
 
E-Mail Address
Nancy M. Shumaker
(Nancy.M.Shumaker@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 7 each Hydrogen FireDetectors and Swivel Assemblies in accordance with the following specifications:UV/IR HYDROGEN FIRE DETECTORS:A system of Hydrogen fire detectors is utilized at B2 to alert when a nearly invisiblehydrogen fire has occurred.These units shall have the following characteristics:DESIGN:The fire detector shall be tuned for hydrogen fires.The fire detector shall be indoor/outdoor equipment.The fire detector shall be protected with a stainless steel enclosure.The fire detector shall include a stainless steel mount.The fire detector shall utilize interior heating of the optics for cold weatheroperation.The fire detector shall have a hydrogen fire detection range of no less than 70 ft.PERFORMANCE:The fire detector shall monitor both IR and UV.The fire detector shall utilize relays for fault and fire.The fire detector shall have at least one NPT conduit entry.The fire detector shall be immune to sunlight.ELECTRICAL:The fire detector shall operate on 24 VDC.The fire detector shall be rated for use in a Class 1, Division 2, Group B location.The provisions and clauses in the RFQ are those in effect through FAC 2005-55.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334519/500respectively. The offeror shall state in their offer their size status for thisprocurement.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 three weeks ARO. Delivery shall be FOB Destination.Offers for the items described above are due by COB 02/06/2012 to NASA/Glenn ResearchCenter, Attn: Nancy Shumaker (MS: 60-1), 21000 Brookpark Road, Cleveland, Ohio 44135 andmust 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 shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end products offered is other than domestic end products as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry 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: 52.209-10, 52.219-4, 52.219-28, 52.222-3, 52.222-19,52.222-21, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.223-18, 52.232.33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing (e-mail or fax) to NancyShumaker not later than 02/06/2012. 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. Other critical requirements such as Delivery, shall also beconsidered. It is critical that offerors provide adequate detail to allow evaluation oftheir 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/NNC12422564Q/listing.html)
 
Record
SN02660264-W 20120126/120124234751-3019550b5643a799bf91cba4b49a9a6e (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.