SOLICITATION NOTICE
66 -- STEREO PIV SYSTEM
- Notice Date
- 2/6/2009
- 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
- 4200280938-AHH
- Response Due
- 2/20/2009
- Archive Date
- 2/6/2010
- Point of Contact
- Melissalynn Perkins, Contract Specialist, Phone 650-604-6516, Fax 650-604-3020, />
- E-Mail Address
-
melissalynn.r.perkins@nasa.gov<br
- 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 and FAR Part 13.5 Simplified AcquisitionProcedures as a Brand Name or Equal per FAR 52.211-6 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) as BRAND NAME OR EQUAL forone Insight 3G Module Upgrade Kit (INSIGHT3G-MOD); one Software Module added to theInsight 3G Platform (MODULE3G-STRPIV to provide distributed processing Stereoscopic PIVImage capture, analysis and display - must be built on.NET technology using parallelprocessing capability, including the patented Hart Carrelation; ensemble correlationprocessing, background removal and related techniques from the Micro PIV patent, detailedtime series analysis and proper orthogonal decomposition (POD), MATLAB based tool boxesand integrated Tecplot data presentation; and Windows XP); one Camera, Frame Grabber andLens (Powerview Plus 11MP camera with 4.0Kx2.7K pixel resolution); one upgrade to Stereofor the Powerview Plus 11MP camera; one Computer with RAID Capability (computer with RAIDsystem for storing very large number of images in a long capture mode. Must have 3.5Terabytes of storage and a maximum transfer rate of 512MB per second with Windows XPinstalled, PIV software integration, Dual Xeon 2.8 GB Workstation, 1 GB RAM, 160 GB Harddrive, 64 bit PCI slots, 3.5" floppy drive, CD RW drive and a 17" flat screen monitor);one Stereo PIV Assembly (mounts, scheimpflug, target and rail including the Dual PlaneDual Sided (DPDS) calibration target, base, brackets, camera mounts, Scheimpflug lens andalignment kits). The requirement for BRAND NAME OR EQUAL is to insure compatibility withexisting software and equipment.The provisions and clauses in the RFQ are those in effect through FAC 2005-29.This procurement is a total small business set-aside. See Note 1The 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 Ames Research Center is required within sixty (60) days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 2:00 pm PST Friday, February 20, 2009to Ms. Melissalynn Perkins at Melissalynn.R.Perkins@nasa.gov 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 (JUNE 2008), 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 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21,52.222-26, 52.222-36, 52.222-50, 52.223-15, 52.223-16, 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 only) toMelissalynn.R.Perkins@nasa.gov not later than 2:00pm PST, Friday, February 13, 2009. 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,Quality, Past Performance, Warranty, etc shall also be considered. It is critical thatofferors provide adequate detail to allow evaluation of their offer. (SEE FAR52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in anyresultant contract.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 offerors' 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 offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and 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=deca44dc3f79c00d802a8655b050984c&tab=core&_cview=1)
- Record
- SN01745492-W 20090208/090206215309-deca44dc3f79c00d802a8655b050984c (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 |