SOLICITATION NOTICE
A -- GAS SELECTION MODULE
- Notice Date
- 6/24/2008
- 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
- NNC08249922
- Response Due
- 7/7/2008
- Archive Date
- 6/24/2009
- Point of Contact
- Adele C. Szuhai, Purchasing Agent, Phone 216-433-8784, Fax 216-433-2480
- E-Mail Address
-
Adele.C.Szuhai@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 One System with thefollowing:RequirementsSystem must handle the following gases: oxygen, nitrogen and argon.System must control oxygen pressure in the range of 10-1 to 10-10 Torr via gasmixing.Gas mixing achieved by electronic mass flow metersGas flow range of 0-5 slpm Operable in a gas pressure range of 0 to 30 psig.Construction using stainless steel tubing and fittingsCompression fittings for tubing connections.System must integrate with commercially available oxygen concentration analyzersfor feedback controlSystem must be fully automated via computer softwareSoftware controlled electronic mass flow controllersTest stand must be rack mounted in a standard 19 instrument rackValves, pressure gauges and mass flow meters must be independently removable forservice and calibration. Front panel contains a mushroom emergency-stop button for system shut down withfail safe gas pressure. Ethernet communications Front panel display showing flowrates, input pressure, oxygen concentration and status.Software must allow operation in manual or automated mode Software must provide programmable data logging Software must provide for remote operation across the internet or LANSoftware must communicate with a Solartron 1260 FRASoftware must provide for communication with arbitrary equipment capable of ASCIIcommunications using RS232, GPIB, CAN, and OPC such as oxygen concentration analyzersThe provisions and clauses in the RFQ are those in effect through FAC 05-25.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, Cleveland, Ohio. Delivery shall be FOBDestination.The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by July 7, 2008 4:30 pm EST and must bee-mailed to Adele.C.Szuhai@nasa.gov or faxed to 216-433-2480 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 authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items 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 (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: 52.222-3 Convict Labor (June 2003),51.222-19Child-Labor-Cooperation with Authorities and Remedies: 52.222-21 Prohibition ofSegregated Facilities (Feb 1999): 52.222-26 Equal Opportunity (Mar 2007) (E.O.11246):52.222.36, Affirmative Action for Workers with Disabilities (jun 1998) (29 U.S.C.793): 52-222-50 Combat Trafficking in Persons 22.1705 (a): 52.225-1 Buy American ActSupplies: 52.232-34 Payment by Electronic Funds Transfer-Other than Central ContractorRegiatration (May 1999) (31 U.S.C. 3332).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 AdeleSzuhai not later than July 7, 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 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.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=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.hyyp://genesis.gsfc.nasanote.html
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d4d7733d2b6e35c58e78c61ba16e5f40&tab=core&_cview=1)
- Record
- SN01600141-W 20080626/080624220623-d4d7733d2b6e35c58e78c61ba16e5f40 (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 |