Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SOLICITATION NOTICE

66 -- SCANNING ELECTRON MICROSCOPY HOLDER

Notice Date
9/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12045004Q
 
Response Due
9/20/2012
 
Archive Date
9/5/2013
 
Point of Contact
Carol J. Cobbs, Contracting Officer, Phone 216-433-2771, Fax 216-433-2480, Email Carol.J.Cobbs@nasa.gov - Leahmarie Koury, Contracting Officer - Lead Exploration Systems, Phone 216-433-2137, Fax 216-433-2480, Email Leahmarie.Koury@nasa.gov
 
E-Mail Address
Carol J. Cobbs
(Carol.J.Cobbs@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 Quotations (RFQ)] for a Scanning Electron Microscopy Holder for Mechanical and Eletrical Analysis of Nanomaterials in accordance with the attached Specifications. The provisions and clauses in the RFQ are those in effect through FAC 2005-58 The NAICS Code and the small business size standard for this procurement are 334516 and 500 employees 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 by October 31, 2012. Delivery shall be FOB Destination. INSTRUCTIONS TO THE OFFEROR Offers for the items(s) described above are due by 3:00 PM, September 20, 2012 to NASA/Glenn Research Center, Attn: Carol J. Cobbs, MS 60-1, 21000 Brookpark Road, Cleveland, OH 44135 or to Carol.J.Cobbs@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN),Cage Code, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. NOTE: Offerors may provide quotations in whatever format they customarily use provided all required information is included. 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. Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: 'The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial items, have been entered or updated in the last 12 months, are current, accurate, complete and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offer has completed for the purposes of this solicitation only, if any.]' These representations and certifications will be incorporated by reference in any resultant contract All contractual and technical questions must be in writing (e-mail) to Carol.J.Cobbs@nasa.gov not later than September 10, 2012. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. EVALUATION CRITERIA The Government will award a contract resulting from this solicitation to the responsible offeror on a BEST VALUE basis. Selection and award will be made to that offeror whose offer will be the most advantageous to the Government, with consideration given to the factors of technical capability of the item(s) offered to meet the specifications, price, past performance and the following best value requirements: 1.Maximum sample motion must be 3 mm in X, Y and Z directions. 2.Positioning sensitivity must be 20 nm in X, Y, and Z directions. 3.Only fed-back electrostatic force (or directly applied electrostatic force) can be used to measure load. 4.The displacement noise floor must be 1 nm. 5.The system must be able to impose a specimen displacement of at least 5 m. The Government considers all 5 of the Best Value features of equal importance relative to one another. Any offeror that can meet or exceed these Best Value features can be rated higher than an offeror that cannot meet or exceed these Best Value criteria. However, offerors that fail to meet these Best Value features, while still meeting the basic specifications, will not be rated. IT IS CRITICAL THAT OFFERORS PROVIDE ADEQUATE DETAIL TO ALLOW EVALUATION OF THEIR OFFER. (SEE FAR 52.212-1(b)) CONTRACT TERMS AND BY REFERENCE CLAUSES: FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. 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: 52.222-50, 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-8, 52.219-29, 52.222-3, 52.222-19,52.222-21, 52.222-26, 52.222-35, 52.222-36 52.222-37, 52.222-40, 52.223-18, 52.225-1, 52.225-13, 52.232-33. 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 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. 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12045004Q/listing.html)
 
Record
SN02869173-W 20120907/120906002050-259e3a2a6c04365044d0e0f28ee00086 (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.