SOLICITATION NOTICE
66 -- GAS PROPORTIONAL COUNTER
- Notice Date
- 4/24/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA08420268-AMK
- Response Due
- 5/20/2008
- Point of Contact
- Kevin J Sasur, Purchasing Agent, Phone 650-604-0089, Fax 650-604-0270, - Lana J. Clemon, Contracting Officer, Phone 650-604-5830, Fax 650-604-0912
- E-Mail Address
-
kevin.j.sasur@nasa.gov, lana.j.jonesclemon@nasa.gov
- 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 Quote (RFQ) for a new Gas ProportionalCounter detector for gas chromatography, used for quantifying radio labeled gas productsproduced by microbes. The unit shall be capable of determining the activity of 3H and14C in gases. We require oxidation-reduction capability (a catalytic reactor) aninternal calibration source and a digital display. The unit shall be commerciallyavailable (with an installed base of similar units and available technical support), notcustom built. Connections shall be provided for a flow of gases from a gaschromatograph.Gas flow through the unit shall be regulated by electronic flowcontroller(s).The provisions and clauses in the RFQ are those in effect through FAC 05-16. The NAICS Code and the small business size standard for this procurement are 334516 and500 respectively. The offeror shall state in their offer their business size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:00PM PDT, May 20, 2008, by any ofthe following: mailed to NASA Ames Research Center, Attn: Mr. Kevin J. Sasur, Mail-Stop227-4, Building 227, Room 119, Moffett Field, CA 94035-1000; or faxed to (650) 604-0270;or e-mailed to Kevin.J.Sasur@nasa.gov and must include: solicitation number, FOBdestination to this Center, proposed schedule, discount/payment terms, warranty duration(if applicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructionsto Offerors-Commercial, which is incorporated by reference. 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 (FEB 2008), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35,52.222-36, 52.222.37, 52.225-1, 52.225-13, and 52.232.34. 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 The following NASA FAR Supplement (NFS) clauses are applicable: NFS1852.215-84,Ombudsman, (Insert: Lewis Braxton (650) 604-5068); NFS 1852.223-72, Safetyand Health (Short Form); NFS 1852.237-73, Release of Sensitive Information. All contractual and technical questions must be submitted in writing to Mr. Kevin J.Sasur (e-mail to Kevin.J.Sasur@nasa.gov or fax to (650) 604-0270) no later than 4:00PMPDT, May 5, 2008. 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: Delivery, Maintenance, andWarranty shall also be considered. It is critical that offerors provide adequate detailto allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL: http://orca.bpn.gov/. Please indicate on quotationif the vendors Representations and Certifications have been entered at ORCA. Offerors must currently be registered in the Central Contractor Registration (CCR).Further information about CCR registration can be accessed at http://www.ccr.gov Offerors must submit a completed ACH form with their quotation, with their firms bankinginformation for the electronic funds transfer (EFT) or any future invoice payment. An ACHform is available at http://www.fms.treas.gov/pdf/3881.pdf All successful offerors must file a 2007 VETS-100 Report with the US Department of Labor,http://vets100.cudenver.edu 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=21. 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
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c61a9259a56cc4239d044dbecab8efd&tab=core&_cview=1)
- Record
- SN01560566-W 20080426/080424220625-0c61a9259a56cc4239d044dbecab8efd (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 |