SOLICITATION NOTICE
66 -- SINGLE PARTICLE SOOT PHOTOMETER
- Notice Date
- 6/10/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC08254257Q
- Response Due
- 6/25/2008
- Archive Date
- 6/10/2009
- Point of Contact
- Carol J. Cobbs, Contracting Officer, Phone 216-433-2771, Fax 216-433-2480
- E-Mail Address
-
Carol.J.Cobbs@nasa.gov
- Small Business Set-Aside
- N/A
- 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 a Single Particle SootPhotometer (1 ea.) per the following specificiation, and on-site training (1 job):The primary application of the instrument is to measure black carbon or soot aerosols ina gas stream and to provide data on the mass of the individual carbon particles and theirconcentration. 1.The instrument shall measure the incandescence from individual particles by two colorphotometry.2.It shall have the detection limit of0.2 femto grams per particle or smaller.3.It shall be capable of measuring up to 5000 particles per cubic centimeter of sample.4.It shall have a time resolution of at least 1 Hz.5.It shall have sample flow rate adjustable from 60-180 cc/min.6.It shall be capable of operation from sea level to 100 mb sample pressure.7.It shall be capable of operating in a laboratory, airborne or research stationenvironment.8.It shall be a complete instrumentation system with analyzer, computer and software.9.It shall be rack mountable with maximum 7 U high, with integral computer. Total weightof the instrument shall be less than 80 pounds. 10.It shall measure temperature, pressure, humidity and instrument housekeeping variablesand be capable of unattended, continuous, operation capability. 11.The repeatability of the measurement shall be less than 5%.12.The system shall be capable of remote controllable.13.The system shall be a standard production item, not a one -off or prototypeinstrument. This requirement is dictated by the fact that the test facility has a limitedresident support staff. The instrument shall be fully supported by the manufacturer nowand in the future.14.Installation shall be performed by factory trained service personnel.15.The system shall be warranted for one year from the date of installation includesparts and labor.16Delivery time shall be less than 14 weeks.The provisions and clauses in the RFQ are those in effect through FAC 05-24.The NAICS Code and the small business size standard for this procurement are 334516 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA/ Langley Research Center, 21 Langley Blvd, Hampton VA 23681 is requiredwithin 14 weeks from date of order. Delivery shall be FOB Destination.The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by COB June 25, 2008 to NASA/GlennResearch Center, Attn:Carol J. Cobbs, MS 500-306, 21000 Brookpark Road, Cleveland, OH44135 or E-Mail Carol.J.Cobbs@nasa.govand must include, solicitation number, FOBdestination to this Center, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), CAGE Code, DUNS Number,identification of any special commercial terms, and be signed by an authorized companyrepresentative. A copy of a published price list, catalog price or computer page printout showing theprice for the instrument and the on-site training may also be included if desired. (Note,the Contracting Officer may request this information if only 1 source provides an offer).Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, 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 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:52.203-6(with ALT I), 52.219-4, 52.219-8, 52.219-28,52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39,52.222-50, 52.225-1, 52.225-13, 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 All contractual and technical questions must be in writing (e-mail or fax) to Carol J.Cobbs not later than June 18, 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. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certifications electronicallyvia the ORCA website at http://orca.bpn.gov. After reviewing the ORCA databaseinformation, the offeror verifies by submission of this offer that the representationsand certifications currently posted electronically at FAR 52.212-3, OfferorRepresentations and CertificationsCommercial Items, have been entered or updated in thelast 12 months, are current, accurate, complete, and applicable to this solicitation(including the business size standard applicable to the NAICS code referenced for thissolicitation), as of the date of this offer and are incorporated in this offer byreference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identifythe applicable paragraphs at (b) through (j) of this provision that the offeror hascompleted for the purposes of this solicitation only, if any.The representations and certifications will be incorporated by reference in any resultantcontract.Representations and Certifications may be obtained via the internet at URLs:http://www.grc.nasa.gov/WWW/Procure/rforms.html orThe (BPN ORCA) Business Partner Network (BPN) Online Representationsand Certifications Application (ORCA) website at http://orca.bpn.gov. An ombudsman has been appointed -- See NASA Specific Note "B".It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation 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
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e70a0e4b1fc62e083d237aac6757afb2&tab=core&_cview=1)
- Record
- SN01590387-W 20080612/080610221733-e70a0e4b1fc62e083d237aac6757afb2 (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 |