Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

T -- HIGH SPEED INFRARED CAMERA

Notice Date
7/14/2015
 
Notice Type
Presolicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC15ZCH022Q
 
Response Due
7/29/2015
 
Archive Date
7/14/2016
 
Point of Contact
Brianna L Artino, CO-OP, Phone 216-433-5675, Fax 216-433-8560, Email Brianna.L.Artino@nasa.gov - Kurt A. Straub, Chief - Research Space Operations Branch, Phone 216-433-2769, Fax 216-433-2480, Email Kurt.A.Straub@nasa.gov
 
E-Mail Address
Brianna L Artino
(Brianna.L.Artino@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. NASA/GRC has a requirement for a High Speed Infrared Camera for the mapping of temperatures in the field of view, at very high rates. This camera must include the following: Must be capable of measuring temperatures in the range of 0 1500 degrees C Must have an accuracy of +/- 1% over the full temperature range Must be calibrated to measure temperatures in the full range of 0 1500 degrees C Must have adjustable frame rate, resolution and exposure time Exposure time must be adjustable between 1 microsecond and 20 microseconds Frame rate must be adjustable up to 90,000 frames/sec Must be capable of obtaining images at a minimum of 7500 frames per second at a resolution of 128 x 128 pixels with a 20 microsecond exposure time Must be supplied with a calibrated 50 mm lens for temperatures from 0-1500 degrees C Must be supplied with a circular Germanium viewport, 0.5 inches thick, 5 diameter Must be supplied with a control unit and software and all necessary power and control cables Must include one week of training The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR part 13. The provisions and clauses in the RFQ are those in effect through FAC 2005-79, this can be found via the internet at URL: hhtp://nais.nasa.gov/far. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 423410 and 100 employees, respectively. The offeror shall state in their offer, their size status for this 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, Ohio 44135-3191 is required within 30 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by close of business Wednesday, July 29, 2015 to brianna.l.artino@nasa.gov 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 authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: - 52.203-6 Restrictions on Subcontractor Sales to the Government - 52.204.10 - Reporting Executive Compensation and First-tier Subcontractor Awards - 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment - 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business - 52.219-6 - Notice of Total Small Business Set-Aside - 52.219-28 - Post Award Small Business Program Representation - 52.222-3 - Convict Labor - 52.222-19 - Child Labor - Cooperation with Authorities and Remedies - 52.222-21 - Prohibition of Segregated Facilities - 52.222-26 - Equal Opportunity - 52.222-35 - Equal Opportunity Veterans - 52.222-36 - Equal Opportunity for Workers with Disabilities - 52.222-37 - Employment Reports on Veterans - 52.222-40 Notification of Employee Rights under the National Labor Relations Act - 52.222-50 - Combatting Trafficking in Persons (FEB 2009) (22 U.S.C 7104(g)) - 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving - 52.225-1 - Buy American Supplies - 52.225-3 - Buy American - Free Trade Agreements - Israeli Trade Act - 52.225-13 - Restrictions on Certain Foreign Purchases - 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to brianna.l.artino@nasa.gov, not later than Friday, July 24, 2015. Telephone questions will NOT be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC15ZCH022Q/listing.html)
 
Record
SN03796492-W 20150716/150714235657-6232335f7e95d85fe1985594d87ab7fe (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.