SOLICITATION NOTICE
66 -- SOLE SOURCE TO ALPHA SPECTRA FOR FIDLER
- Notice Date
- 12/9/2010
- Notice Type
- Presolicitation
- 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
- NNK10364281Q
- Response Due
- 12/13/2010
- Archive Date
- 12/9/2011
- Point of Contact
- Allen J. Miller, Contract Specialist, Phone 321-867-3308, Fax 321-867-4848, Email Allen.J.Miller@nasa.gov - Jacklyn L. Norman, Contract Officer, Phone 321-867-1500, Fax 321-867-4848, Email jacklyn.l.norman@nasa.gov
- E-Mail Address
-
Allen J. Miller
(Allen.J.Miller@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a sole source notice for commercial items prepared in accordance with theformat in FAR Subpart 12.6, as supplemented with additional information included in thisnotice. This announcement constitutes the only solicitation; offers are being requestedand a written solicitation will not be issued.Kennedy Space Center (KSC) has a requirement for Field Instruments for the Detection ofLow Energy Radiation (F.I.D.L.E.R.) detectors and cases to replenish its existing stockof F.I.D.L.E.R detectors. This notice is being issued as a Sole Source Request forQuotation to Alpha Spectra, Inc., Grand Junction, CO for the following:Qty/eachITEM #ManufacturerDescription2420DT063QB2/5Alpha Spectra, Inc.F.I.D.L.E.R Detectors24iM3075Hardigg with Foam InsertsStorm Case 33.3 in x 24.4 in x 19.3 in (L x W x H) Alpha Spectra, Inc. is the manufacture of the Field Instrument for the Detection of LowEnergy Radiation (FIDLER). Alpha Spec is the only US manufacturer of the berylliumwindowed crystal crystal that meets our minimum requirement. The crystal that is used inthe FIDLER is only manufactured within the United States by Alpha Spectra, Inc. Theberyllium window allows for the detection of low energy x-rays that are given off by thedecay of plutonium 238, which is key for our detection of any released plutonium as aresult of a launch accident. A market survey done by internet and technical phone vendorqueries indicates no comparable monitoring capability is available from any other vendor. Additionally, this procurement is to supplement existing hardware in use at KSC. TheGovernment has existing handles and legs to support and hold the detectors from ourprevious inventory of FIDLER detectors with an approximate replacement cost of$27,000.00. The vendor will also provide storage cases for the FIDLER detectors andcustomize the Styrofoam inserts to fit the detector and cut out places to accommodate ourmeters, legs, handles, cables, and spare batteries. If it were found that another vendor could meet the Governments requirements, it wouldintroduce unacceptable delays in terms of time and testing to ensure that a combinationof the two detectors would be compatible and ensure mission success. Additional costswould also be incurred in coordinating, performing and evaluating such a compatibilitytest, as well as in training personnel how to use or repair the different instrument. Using another detector would introduce unacceptable risk that may lead to mission failureor undue public safety issues. Also, replacing the existing handles and legs wouldincrease the cost of this procurement by approximately $27,000.00. It is in the bestinterest of the Government to procure the FIDLER and the storage cases from AlphaSpectra, Inc.The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their quotation and capabilities and qualificationsto perform the effort in writing to the identified point of contact not later than 10:00A.M. (EST.) time on December 13, 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. Delivery Schedule:Delivery date by April 29, 2011 or sooner- per FAR 52.212-4, Contract Terms andConditions--Commercial Items - Government acceptance is deemed to occur constructively onthe 30th day after the Contractor delivers the supplies or performs the services inaccordance with the terms and conditions of the contract.In accordance with FAR 19.502-1(2) this acquisition is a small business set-aside.Questions must be received in writing (email) by December 10, 2010, 12:00 PM to theidentified contracting officer.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 2005-46The NAICS Code and the small business size standard for this procurement are 334519, 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.The DPAS rating for this procurement is DO-C9Offers for the items(s) described above are due by December 13, 2010, 10:00 A.M. (EST) toNASA-KSC, Attn: Allen J. Miller NASA Procurement, OP-LS, KSC, FL 32899 or email toallen.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 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (OCT 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated 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 (July 2010)(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 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (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 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) (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.htmIf an offer is submitted in response to this synopsis it must include completed copies ofthe provision at 52.212-3, Offeror Representations and Certifications - Commercial Itemswith their offer. These may be obtained 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'.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=76. Potential offerors will beresponsible for downloading their own copy of this synopsis/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/KSC/OPDC20220/NNK10364281Q/listing.html)
- Record
- SN02341808-W 20101211/101209234427-f02750a998ebb7863306687e42e73de1 (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 |