Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOLICITATION NOTICE

66 -- SCANNING ELECTRON MICROSCOPE

Notice Date
4/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ10327515Q
 
Response Due
5/7/2010
 
Archive Date
4/1/2011
 
Point of Contact
Adrian D. Clayton, Contract Specialist, Phone 281-483-8498, Fax 281-244-0995, Email adrian.d.clayton@nasa.gov
 
E-Mail Address
Adrian D. Clayton
(adrian.d.clayton@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 Scanning ElectronMicroscope (SEM) as stated in the attached Statement of Work.http://procurement.jsc.nasa.gov/NNJ10327515Q/SEM_SOW_Final.docx The provisions and clauses in the RFQ are those in effect through FAC 2005-39.The NAICS Code and the small business size standard for this procurement are 333314 and500 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Johnson Space Center in accordance with Section 3.3 of the Statement ofWork (SOW). Delivery shall be FOB Destination.Offers for the items(s) described above are due by May 7, 2010 to Adrian Clayton atAdrian.d.clayton@nasa.gov and must include solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), 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 (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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2010), 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, 52.222-36,52.225-1.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 toAdrian.d.clayton@nasa.gov not later than April 16, 2010. Telephone questions will not beaccepted.Selection and award will be in accordance with FAR 52.212-2 (JAN 1999) with the followingevaluation factors: Technical Requirements, Value Characteristics stated below,Delivery, Installation, and Price. Technical acceptability will be determined by reviewof information submitted by the offeror which must provide a description in sufficientdetail to show that the product offered meets the Government's requirement.Value Characteristics are as follows:1)A SEM with a chamber size that exceeds the requirements stated in the SOW(section 2.1).2)A used or recent manufactured SEM with low usage (less than 800 hours per year)and no maintenance problems at a reduced price.3)A new or used SEM with an extended warranty period.4)A SEM with resolution that exceeds the requirements stated in the SOW (section2.1).It is critical that offerors provide adequate detail to allow evaluation of their offer.(SEE FAR 52.212-1 (b)).JSC has scheduled an onsite visitation for potential vendors to evaluate and inspect thearea of installation for the proposed SEM Mircroscope. A walk through of the site isschueduled for 2:00p.m. on April 14, 2010. Offerors attending the walk through mustsubmit the legal name of the person attending (limit 1 person per company) as it iswritten on their Drivers License, if the individual is a U.S. Citizen, the company name,phone number, and email address to Adrian.d.clayton@nasa.gov no later than 12:00 noon onApril 7, 2010.On the day of the site visit, Offerors must report to Building 110 for badging andclearance. The Contracting Officer, Adrian Clayton will meet you and escort you onsite.Oral questions will not be answered at the onsite visit due to the possibility ofmisunderstanding or misinterpretation. All questions shall be submitted in writing, viaemail, to Adrian.d.clayton@nasa.gov not later than 12:00 noon on April 16, 2010.52.237-1 Site Visit. (APRIL 1984) Offerors or quoters are urged and expected to inspectthe site where services are being performed and to satisfy themselves regarding allgeneral and local conditions that may affect the cost of contract performance, to theextent that the information is reasonable obtainable. In no event shall failure toinspect the site constitute grounds for a claim after contract award.52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APRIL 1984) CThe contractor shall use reasonable care to avoid damaging existing building, equipment,and vegetation on the Government installation. If the Contractors failure to usereasonable care causes damage to any of this property, the Contractor shall replace orrepair the damage at no expense to the Government as the Contracting Officer directs. Ifthe Contractor fails or refuses to make such repair or replacement, the Contractor shallbe liable for the cost, which may be deducted from the contract price.NASA FAR Supplement 1852.223-70 SAFETY AND HEALTH (APRIL 2002)Offerors must include completed copies of the provision at 52.212-3 (FEB 2009), 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.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 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=73. Potentialofferors will 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
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10327515Q/listing.html)
 
Record
SN02110011-W 20100403/100401235350-801c8d04611b83fbb57a6244311e2bb4 (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.