SOLICITATION NOTICE
66 -- TEMPERATURE HUMIDITY AND LIQUID PROFILER
- Notice Date
- 2/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC12427113Q
- Response Due
- 3/8/2012
- Archive Date
- 2/24/2013
- Point of Contact
- Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
- E-Mail Address
-
Nancy M. Shumaker
(Nancy.M.Shumaker@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.This notice is being issued as a Request for Quotations (RFQ) for one (1) Temperature,Humidity, and Liquid Profiler (MP-3000A Microwave Profiler), Part Number 199-3000 orequal in accordance with the following specifications:Frequency Bands: 22 30 GHz (K-band) minimum 20 frequency channel observations withinband 51 59 GHz (V-band)minimum 10 frequency channel observations within bandAccuracy: better than 0.2 +0.002|TkBB Tsky|deg CStability: < 1 deg C/yrResolution: < 1 deg C (user selectable)Integration Time: < 2.5 sec (user selectable)Operating Temp: -40 to +40 deg CWind Load: 30 m/s (operational)Elevation Scan: 360 degAzimuth Scan: 360 degInfrared Channel: Zenith Cloud Base Temperature SensorCalibration: LN2 cold target calibration requiredDelivery Time: 60 days AROWarranty: minimum one year, parts and laborThe provisions and clauses in the RFQ are those in effect through FAC 2005-55.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334513/500respectively. 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/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 isrequired within 60 days ARO. Delivery shall be FOB Destination.Offers for the item described above is due by 4:30 p.m. March 8, 2012 to NASA/GlennResearch Center, 21000 Brookpark Road, Cleveland, OH 44135 and must include, solicitationnumber, FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. 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 offered is other than domestic end product(s) as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-4,52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1,52.225-13, and 52.232-33.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing (e-mail or fax) to NancyShumaker not later than March 8, 2012. 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 such as Delivery, Maintenance,etc shall also be considered. 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 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract.[OMBUDSMAN STATEMENT IS REQUIRED]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=22.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/GRC/OPDC20220/NNC12427113Q/listing.html)
- Record
- SN02682474-W 20120226/120224234805-f3595125d22fb470b5e5fa45c3e03fdd (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 |