SOLICITATION NOTICE
58 -- SOLE SOURCE TO CANBERRA FOR ENVIRONMENTAL CONTINUOUS AIR MONITORS
- Notice Date
- 6/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK10345873R
- Response Due
- 7/2/2010
- Archive Date
- 6/18/2011
- Point of Contact
- Allen J. Miller, Contract Specialist, Phone 321-867-3308, Fax 321-867-4848, Email Allen.J.Miller@nasa.gov
- E-Mail Address
-
Allen J. Miller
(Allen.J.Miller@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 Sole Source Request for Proposal (RFP) to CanberraIndustries, Inc., CT. to procure Environmental Continuous Air Monitors (ECAMs) in supportof the Mars Science Lab (MSL) mission as specified below.Fifteen (15) Alpha Beta ECAM units fully compatible with the existing stock of NASA ECAMunits. The ECAMs shall be equipped with Geographic Positioning System (GPS) capabilityand ECAM Alarm option to conform to existing NASA ECAM units, including detailed ECAMoperators manual.QuantityCanberra Material NumberDescription1500-6828-1.0ASY ECAM GEN 3 MCA ALPHA BETA Environmental Continuous AirMonitor 1500-6829-1.0ASY ECAM ALARM Option1500-6681-1.0ASY ECAM GPS OPTIONFreight Services:Activate Service Agreement for one (1) operating ECAMSet up RADCC Master site install and initialize RadHawk ECAM softwareLast item. NASA/KSC intends to purchase the items from Canberra. It would take a substantialduplication of time and effort for another company to provide comparable ECAMs, and thosecosts are not expected to be recovered through competition. Presently fifteen (15) of these ECAM systems are in use at NASA KSC. Monitoring unitsmust be able to communicate with the master control site at the Radiological ControlCenter. The Canberra ECAM RadHawk software enables communication with the monitoringunit and a graphical user interface for querying each of the systems individually anddisplaying overall status of the network. This software has also been customized toenable communications and data transfer with US Department of Energy monitoring databasewhich would be the primary source of radiological information for health and safetydecision-making in the event of a launch area accident. Purchase of competing systemswould result in system incompatibility issues when all systems are used as a monitoringnetwork, and create additional work to duplicate the system modifications already madefor RadHawk. Training, calibration and setup cost would have to be coordinated between 2 differentsuppliers, increasing cost of the service and time spent in coordinating the work.This is a unique radiation detection instrumentation system utilized to detect andmeasure air dispersion of radioactive material, created from a catastrophic event duringthe launch phase of spacecraft with radiation sources on board. Utilizing two differenttechnologies would make it more difficult to manage during a radiological emergencysituation.Choosing another vendor would introduce unacceptable delays in terms of time, and testingto ensure a combination of the two systems would be compatible and ensure missionsuccess. Additional costs would also be incurred in coordinating performing andevaluating such a compatibility test. Using another system would introduce unacceptablerisk that may lead to mission failure or undue public safety issues.The authority for this action is the test program for commercial items (section 4202 ofthe Clinger-Cohen Act of 1996), and 10 USC 2304(c)(1). The Government intends to acquirea commercial item using FAR Part 12. Interested organizations may submit their quotation or capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 12:00p.m. local time on July 2, 2010. Such capabilities/qualifications will be evaluatedsolely for the purpose of determining whether or not to conduct this procurement on acompetitive basis. A determination by the Government not to compete this proposed efforton a full and open competition basis, based upon responses to this notice, is solelywithin the discretion of the government. Oral communications are not acceptable in response to this notice. All responsiblesources may submit an offer which shall be considered by the agency. An Ombudsman hasbeen appointed. See NASA Specific Note 'B'. The provisions and clauses in the RFQ are those in effect through FAC 2005-39The NAICS Code and the small business size standard for this procurement are 334519, 500employees 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.The DPAS rating for this procurement is DO-C9Offers for the items(s) described above are due by July 2, 2010, 12:00PM (EST) toNASA-KSC, Attn: allen.j.miller@nasa.gov, OP-LS, KSC, FL 32899 or allen.j.miller@nasa.gov. Response via email is preferred.Offers must include, solicitation number, FOB destination to KSC, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), 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 (March 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (April 2010), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:(1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78)(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUG 2009)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29U.S.C. 793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.232-34, Payment by Electronic Funds Transfer-Other than Central ContractorRegistration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmSelection 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=76.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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK10345873R/listing.html)
- Record
- SN02182536-W 20100620/100618235210-809f3f3eff406d9f7f9865fe0473df69 (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 |