Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2011 FBO #3337
SOLICITATION NOTICE

66 -- KSC NASA PORTABLE SCALER_RATEMETERS

Notice Date
1/11/2011
 
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
NNK11369573Q
 
Response Due
1/26/2011
 
Archive Date
1/11/2012
 
Point of Contact
Alissa N. Mandernack, Contract Specialist, Phone 321-867-3380, Fax 321-867-4848, Email alissa.mandernack@nasa.gov
 
E-Mail Address
Alissa N. Mandernack
(alissa.mandernack@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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.The Kennedy Space Center (KSC) has a requirement for Portable Scaler/Ratemeters. ThePortable Scaler/Ratemeters will be used with the Field Instrument Detectors of Low EnergyRadiation (F.I.D.L.E.R.) and will be used for contingency support operations during MajorRadiological Source (MRS) missions. This notice is being issued as a Request forQuotation for the following:Description:Portable Scaler/Ratemeters, quantity 24 Cable with C series connector on each end, quantity 24 Portable Scaler/Ratemeter Minimum Specifications:Indicated Use: Field analysisCompatible Detectors: scintillationConnector: Series 'C'Audio: Built in unimorph speaker with volume control (greater than 60 dB at 2 feet, fullvolume)Audio Divide: Thumb switch for 1, 10, or 100 events-per-clickAudio JackMeter Dial: 0 - 500 cpm; 50 - 500k cpm logarithmic scaleMultipliers: X1, X10, X100, X1k, and LOG for logarithmic scaleLinearity: Reading within plus or minus 10% of true value with detector connectedDigital Display: 6 digit LCD display with 0.5' (1.3cm) digitsLCD BacklightDigital Ratemeter: Provides a digital display of count rate when selector switch is inDig. Rate positionScaler: Used in conjunction with timer to allow for gross counting with range from 0 -999999 counts Timer: Switch selectable divisions of 0.1, 0.5, 1, 2, 5, 10 minutes or CONT (continuous)for manual timingCalibration Controls: Accessible from front of instrument High Voltage: Adjustable from 200 - 2400 volts Threshold: Adjustable from 100 - 1000 Window: Adjustable from 0 - 1000 above threshold setting Gain: Adjustable from 1.5 - 100 mV at threshold setting of 100Overload: Senses detector saturation. Response: Toggle switch for FAST (4 seconds) or SLOW (22 seconds) from 10% to 90% offinal readingReset: Push-button to zero meterPower: 4 each 'D' cell batteries Battery Life: Minimum 250 hours with alkaline batteries Meter: 2.5'(6.4cm) arc, 1 mA analog typeConstruction: Milled and drawn aluminum with polyurethane enamel paintTemperature Range: -4 F(-20 C) to 122 F(50 C) Instrument Calibration: IAW U.S. ANSI standard N323-1997The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their quotation in writing to the identified point ofcontact not later than 2:00 p.m. local time on January 26, 2011. Delivery Schedule:Delivery date no later than April 1, 2011 per FAR 52.212-4, Contract Terms andConditions--Commercial Items - Government acceptance is deemed to occur constructively onthe 45th day after the Contractor delivers the supplies or performs the services inaccordance with the terms and conditions of the contract.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 2005-48.In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. TheNAICS Code and the small business size standard for this procurement are 334519,500 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 January 26, 2011, 2:00PM (EST) toNASA-KSC, Attn: alissa.matthews@nasa.gov, OP-LS, KSC, FL 32899 oralissa.matthews@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. Evaluation Criteria:Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, price and other factors considered. The following factors shall be usedto evaluate offers in order of descending importance:(i)Technical capability of the item offered to meet the Government requirement,including meeting the required delivery date of April 1, 2011(ii)Price(iii)Past PerformanceOfferors shall provide 3 references from contracts within thepast 3 years for the same or functionally similar products with similar periods ofperformance to this Portable Scaler/Ratemeter requirement. Offerors may provideinformation concerning problems encountered in the identified contracts as well as anycorrective actions. If an offeror does not have relevant past performance, then theofferor will not be rated favorably or unfavorably on past performance. All evaluation factors other than price, when combined, are significantly more importantthan price. The required delivery date is April 1, 2011. It is critical that offerors provideadequate detail to allow for evaluation of their offer. (See FAR 52.212-1(b)). 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 (See FAR 52.225-1).FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Dec 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: https://www.acquisition.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmOfferors 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 will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (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/NNK11369573Q/listing.html)
 
Record
SN02358300-W 20110113/110111234416-c169a7c4fa6dfc9384d1b947b1ee7a94 (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.