Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
SOLICITATION NOTICE

59 -- WATER VAPOR SENSOR

Notice Date
2/29/2012
 
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
NNC12425329Q
 
Response Due
3/15/2012
 
Archive Date
3/1/2013
 
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) Water VaporSensor System in accordance with the following:(1.) One (1) each - WVSS-II System Electronics Box (Ver 3 - Rev G)(P/N: 01023-10200 orequal); (2. )one (1) each - Air Sampler Assembly - UCAR Patented (P/N: 01023-50000 orequal); (3.) one (1) each - Inlet Heated Hose - (18 in) (P/N: 01023-17209 or equal); (4.)one (1) each - Outlet UnHeated Hose - (18 in) (P/N: 61006-10618 or equal); (5.) one (1)each - Simple SEB Mounting Bracket Kit (P/N: 01023-71156 or equal; (6.) one (1) each -Basic Power Connector, 20ft (6m) Single Ended (P/N: 01023-71158 or equal); and (7.) one(1) each - RS-232 Local Data Acquisition Cable, 15ft (4.5m) (P/N: 1100002169 or equal). The water vapor sensor must have an output in water vapor concentration in units ofKg/Kg.Volumetric measurement is not acceptable.The sensor must be able to operate in an pressure environment of 4.7 to 24.7 psia andtemperature environment of -65 deg C to +50 deg C.The sensor must have an accuracy of +/- 5% of reading.Mounting holes must be 4 each, 0.202 diameter, 3.705 apart distance lengthwise, 1.535distance apart widthwise.The sensor shall use 28VDC standard aircraft power at 5 amp maximum.It shall have an internal sample rate of 4 times/sec and an output rate of once every 2seconds.The 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 8 weeks ARO. Delivery shall be FOB Destination.Offers for the items described above are due by 4:30 p.m. March 15, 2012 to NASA-GlennResearch Center, 21000 Brookpark Road, Attn: Nancy Shumaker, MS: 60-1, Cleveland, OH44135 and must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end products offered are other than domestic end products 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: 52.204-10, 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, and52.232-33,.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 14, 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, shall also beconsidered. It is critical that offerors provide adequate detail to allow evaluation oftheir 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.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/NNC12425329Q/listing.html)
 
Record
SN02686222-W 20120302/120229235500-f9cf70cb250e2628bdbe23b6ad56a551 (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.