Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

66 -- HIGH TEMPERATURE EXTENSOMETER

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07206048Q
 
Response Due
8/6/2007
 
Archive Date
7/30/2008
 
Small Business Set-Aside
N/A
 
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)] for a high temperature extensometer for testing metal tensile samples at temperature up to 2200?F (1200?C). HIGH TEMPERATURE EXTENSOMETER Delivery date shall be no later than 3 weeks after award of contract or award of purchase order. SPECIFICATIONS The requirements of the extensometer are as follows: 1. The extensometer shall be capable of operating at a temperature of up to 2200?F (1200?C) in air. 2. Depending on the test temperature, the extensometer shall use alumina or silicon carbide extensometer probes. 3. The extensometer shall have variable contact force for the extensometer probes. A contact force of 100 grams, 200 grams and 400 grams shall be supplied with the extensometer. 4. The extensometer shall be water cooled to maintain the temperature of the extensometer electronics and prevent overheating of the probes. 5. The extensometer shall be supplied with standard fluid connectors, e.g., Swagelok connectors, NPT fittings, etc., for connecting the unit to an existing recirculating water supply. 6. The extensometer shall be supplied with a mounting bracket to operate with an Instron TT series or Instron 1125 load frame with a 22 inch (55.9 cm) column separation and a 77 inch (.195.6 cm) height. The Government will provide any additional details of the load frames required by the Contractor upon request. 7. The extensometer shall be capable of operating with the MTS Testworks 4.05 data acquisition and control software and the MTS ReNew load frame upgrade. 8. The extensometer shall have a gauge length of 0.5 inches (12.7 mm) and a travel of ?0.10 inches (2.5 mm) for a strain capability of ?20%. 9. In addition to the extensometer, the Offeror shall provide the following replacement extensometer probes: a. Set of two (2) alumina rods with conical point b. Set of two (2) silicon carbide rods with conical points c. Set of two (2) alumina rods with chisel points d. Set of two (2) silicon carbide rods with chisel points e. Set of two (2) alumina rods with V chisel edge for samples up to 0.6 inch (15 mm) diameter f. Set of two (2) silicon carbide rods with V chisel edge for samples up to 0.6 inch (15 mm) diameter The provisions and clauses in the RFQ are those in effect through FAC 05-17. The NAICS Code and the small business size standard for this procurement are 423490 AND $23.0 Million. The offeror shall state in their offer their size status for this procurement. This procurement is not set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation The Government will install the High Temperature Extensometer. DELIVERY SCHEDULE AND FOB POINT Delivery to NASA Glenn Research Center is required within 3 weeks from date of contract. Delivery shall be FOB Destination, NASA Glenn Research Center. The provisions and clauses in the RFQ are those in effect through FAC 05-17. The NAICS Code and the small business size standard for this procurement are 423490 AND $23.0 Million. The offeror shall state in their offer their size status for this procurement. This procurement is not set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation SOLICITATION INSTRUCTIONS Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the total price for the item. If you require payment in advance, do NOT exceed this limitation. Note for those proposing shipping costs: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately. Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to state sales tax or laws of a specific state. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices. Note to those offering installation at the Government facility: The proposed price SHALL include all necessary travel, per diem amounts, labor etc. In your proposal clearly state the number of people and number days they will be installing the equipment at NASA GRC. Clearly state any travel costs and whether these are air fare or other mode of transportation and the per diem rate used. Per diem rates can be found at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 6, 2007, 4:30p.m. GRC local time and may be emailed to Saundra.R.Gage@nasa.gov or mailed to NASA Glenn Research Center, Attention: Saundra R. Gage, 21000 Brookpark Road, MS 500-319, Cleveland, OH 44135, and include on the envelope the solicitation number. Faxed offers are acceptable. Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offer should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number, Representations and Certifications, identification of any special commercial terms, description of items offered per 52.212-1 (and as modified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ?track changes? feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. A copy of a published price list, catalog price or computer page printout showing the price for High Temperature Extensometer items must included Offerors may cite the web site that demonstrates all specifications are met for the item offered in lieu of providing a paper copy. Web sites that are not viewable for any reason for up to 5 business days after the offer due date may result in the offer being determined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any. The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . FEDERAL ACQUISITION REGULATIONS APPLICABLE: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).[ __ (4) Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2006) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). _X_ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). _X_ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). __ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (22)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (23) 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d). (24)(i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. _X_ (25) 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (27) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). __ (28) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150). __ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (30) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (32) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (33) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (35)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 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 to that offeror whose offer will be most advantageious to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. MISC. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". 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/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#126093)
 
Record
SN01356803-W 20070801/070730222344 (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.