Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2002 FBO #0266
SOLICITATION NOTICE

66 -- ALLOY ANALYZER & METALLIC CALIBRATION SET

Notice Date
8/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
RFO10-02-0035
 
Response Due
9/6/2002
 
Point of Contact
Susan J. Wall, Contracting Officer, Phone (321) 867-3306, Fax (321) 867-1141, Email Susan.Wall-1@ksc.nasa.gov
 
E-Mail Address
Email your questions to Susan J. Wall
(Susan.Wall-1@ksc.nasa.gov)
 
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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) for the following products: ITEM NO. 1 Niton XLt 898, XRF Alloy Analyzer or "an approved equal" that meets the Government's Minimum Specifications as stated below. The Analyzer is to have 2 rechargeable battery packs and 1 battery charger. The Analyzer is to have a data cable for connection to a PC. The Analyzer is to have one certified reference standard. One year limited warranty on parts and labor. Quantity: 1 each. ITEM NO. 2 Metallic Standard Set, 100 pieces. Set shall be certified to NIST. Quantity: 1 each. Warranty: One year limited warranty on parts and labor. Quoter shall provide copies of their warranty with their quote. Quoters shall provide descriptive literature with their quote if they are quoting on comparable products. GOVERNMENT MINIMUM SPECIFICATIONS FOR THE ALLOY ANALYZER: Weigh 5 pounds or less; Operate on rechargeable batteries; Have physical dimensions of less than or equal to 12 inch x 12 inch x 6 inch; Can operate in conditions of ambient temperature ranging from a minimum of 25? to a maximum of 115? F; Has a fail-safe shutter construction; Radiation exposure with shutter open while testing shall be 0.200 mR/hr or less; Can detect and display the concentration of the following elements: Ti, V, Cr, Mn, Fe, Co, Ni, Cu, Zn, Zr, Nb (Cb), Mo, Ta, W, Pb, Bi, Cd ,Sn, and Ag; Can identify the following compounds: stainless steels, tool steels, Cr/Mo steels, Ni alloys, Co alloys, Ni/Co alloys, Ti alloys, Cu alloys, Mo and W alloys; Can perform non-destructive chemical analysis; Must provide feedback status of calibration; Can detect, identify, and display data for one sample in 60 seconds or less; Has a visual display in all ambient light conditions of minimum of 10 to maximum of 200 foot candles; Has a visual and audible signal to indicate when the unit is ready for measurement, in-work, and when completed; Has internal data storage for 1000 or more readings; Can display stored readings at any time; Can download data to PC with a cable via RS-232 port or USB; Has a separate CD with software for PC communication and manipulation of data; Can enter data into unit via touch-screen or keypad and/or barscan; Conforms to U.S. F.D.A. requirements for x-ray exposure; Must not use a radioisotope source. DELIVERY All items shall be delivered FOB Destination to NASA, Kennedy Space Center, Florida 32899. Delivery is required 8 weeks after award of the order. GOVERNMENT INSPECTION AND ACCEPTANCE (E-7 CLAUSE): KSC 52.246-95 Government Inspection and Acceptance (Sep 1998) is applicable to this procurement: 1) The Government reserves the right to determine acceptability on the basis of 100% inspection or by a sampling inspection. When 100% inspection is performed, only the nonconforming supplies will be returned to the Contractor at no cost to the Government, and 2) Sampling inspection, if performed, shall be in accordance with ANSI/ASQC Z1.4; the Government reserves the right to select an Acceptable Quality Level (AQL) deemed appropriate for acceptance. If the supplies are rejected, the entire lot shall be subject to being returned to the Contractor at no cost to the Government. The DPAS rating for this procurement is DO-C9. The provisions and clauses in the RFQ are those in effect through FAC 2001-08. 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 334516 and 500 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Quotations for the items(s) described above are due by September 6, 2002 and may be mailed or faxed to Susan J. Wall, NASA, OP-OS, Kennedy Space Center, FL 32899, FAX 321/867-1141 and include: solicitation number, FOB Destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), CAGE Code, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. CAGE Codes must be provided PRIOR TO AWARD of an order. Please see NFS 18.52.204-74 Central Contractor Regulation (Oct 2001) regarding information on CAGE Codes. Quoters are encouraged to use the Standard Form 1449, Solicitation/ Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.212-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-1, 52.225-3, 52.225-13, 52.225-15, and 52.232-34. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for information on where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Commerce Business Daily Note "1" is applicable. Any referenced note can be viewed at the following site: http://cbdnet.gpo.gov/num-note.html It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=76 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#102856)
 
Record
SN00149174-W 20020825/020823213923 (fbodaily.com)
 
Source
FedBizOpps.gov 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.