SOLICITATION NOTICE
66 -- WATER VAPOR SENSING SYSTEM
- Notice Date
- 8/3/2012
- 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
- NNC12440845Q
- Response Due
- 8/17/2012
- Archive Date
- 8/3/2013
- Point of Contact
- Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-2480, Email sandra.a.brickner@nasa.gov
- E-Mail Address
-
Sandra A Brickner
(sandra.a.brickner@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotation (RFQ) for (1) Water Vapor Sensing System in accordance with the following: The specifications are for a WVSS-II System, or equal, as given below: (1.) One (1) each - WVSS-II System Electronics Box (Ver 3 - Rev G)(P/N: 01023-10200 or equal); (2.) one (1) each - Inlet Heated Hose - (18 in) (P/N: 01023-17209 or equal); (3.) one (1) each - Outlet UnHeated Hose - (18 in) (P/N: 61006-10618 or equal); (4.) one (1) each - Basic Power Connector, 20ft (6m) Single Ended (P/N: 01023-71158 or equal); and (5.) one (1) each - RS-232 Local Data Acquisition Cable, 15ft (4.5m) (P/N: 1100002169 or equal). (6.) one (1) each Calibration Check / Inspection (7.) one (1) each One Year SEB Extended Warranty The sensor must utilize a Tunable Diode Laser Absorption Spectroscopy method. The water vapor sensor must have an output for water vapor concentration, pressure, temperature, system status data, and engineering data. The sensor must be able to operate in a pressure environment of 14.7 to 2.2 psia and temperature environment of -65 deg C to +50 deg C. The sensor must have an accuracy of +/- 5% of reading. The sensor shall use 28VDC standard aircraft power at 5 amp maximum. It shall have an output rate of once every 2 seconds. The sensor shall have a minimum detectable signal of less than or equal to 50 ppmv and a maximum detectable signal of 60,000 ppmv. The sensor must have a signal accuracy of +/-50 ppmv or +/-5% of reading, whichever is greater. The sensor can be no larger than 14' long x 8' wide x 6' high. NASA Glenn Research Center is adding a second humidity measurement system to the Particulate Aerosol Laboratory (PAL) facility. The current system is based upon chilled mirror technology and the new system will be based upon tunable infrared diode laser gaseous absorption of water vapor in order to provide both a complimentary methodology and direct comparison to ongoing atmospheric humidity measurements made with upon tunable infrared diode laser gaseous absorption of water vapor technology. The measurements will be made using extractive sampling of the atmosphere within the PAL facility. That facility performs experiments at sea level (14.7 psia) through 45,000 foot equivalent conditions (2.1 psia) at temperatures as low as -65 deg C. This output from this sensor will be used both to measure the humidity level during experiments and to assist in controlling the humidity addition system in real time. The provisions and clauses in the RFQ are those in effect through FAC 2005-60. The NAICS Code and the small business size standard for this procurement are 334513/500 respectively. The offeror shall state in their offer their size status for this procurement. 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 is required within 6 weeks ARO. Offers for the items(s) described above are due by 4:30 p.m.EST, August 17, 2012 to NASA Glenn Research Center, 21000 Brookpark Road, Attn: Sandra Brickner, MS: 60-1, Cleveland, OH 44135 or email: Sandra.a.brickner@nasa.gov or fax 216-433-2480 and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 1852.209-73, 1852.215-84 Ombudsman. (NOV 2011), 1852.223-72 Safety and Health (Short Form). (APR 2002), 1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of Sensitive Information. (JUN 2005) FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Subcontractor Awards (JUL 2012) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). 52.209-10 Prohibition of Contracting with Inverted Domestic Corporatons, (MAY 2012) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a), 52.219-28 Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)(E.O 13513), 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Sandra Brickner not later than August 15, 2012. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as delivery, shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will be responsible for downloading their own copy of this combination 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/GRC/OPDC20220/NNC12440845Q/listing.html)
- Record
- SN02826642-W 20120805/120803235607-62547c499873e2bc0e4805b1971291f8 (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 |