Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2013 FBO #4149
SOLICITATION NOTICE

66 -- LONG WAVE INFRARED CAMERA

Notice Date
4/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA13467675Q
 
Response Due
4/17/2013
 
Archive Date
4/2/2014
 
Point of Contact
Sarah M Andrae, Contracting Officer, Phone 650-604-3136, Fax 650-604-0912, Email Sarah.M.Andrae@nasa.gov
 
E-Mail Address
Sarah M Andrae
(Sarah.M.Andrae@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Sources Sought Notice/Request for Information for this procurement was originally titled ' MILLIMETER-WAVE THERMAL LAUNCH SYSTEM INFRARED CAMERA.' 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 an Infrared Camera to support the NASA Millimeter-wave Thermal Launch System (MTLS) project. This project requires an infrared camera to support testing of high temperature heat exchangers. An analysis of the expected testing environments for both Phase I and Phase II of the MTLS project has identified the following high level requirements for this camera: -Resolution: 640x480 or greater -Spectral Ranger: 7.5 to 14.0 micrometers (Long-Wave Infrared) -Radiometric, with temperature range up to 2000C -Interface: Gigabit Ethernet or CameraLink -Lens: 15 field of view lens -Frame Rate: 50 Hz or greater -Dynamic Range: 14 bit or greater The MTLS project requires the following: IR camera, any related accessories such as power supply, a 15 lens, and manufacturer provided recording and analysis software. Delivery to NASA Ames Research Center is required no later than May 17, 2013.Delivery shall be FOB Destination. This procurement is a total small business set-aside. The NAICS code and the small business size standard for this procurement are 334513 and 500 employees, respectively. The Offeror shall state in its offer its size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Offers for the services described above are due by APRIL 17, 2013 at 4:00 p.m. PST and must be submitted via email to EMILY CHAN (emily.s.chan@nasa.gov) or SARAH ANDRAE (sarah.m.andrae@nasa.gov). Offers must include the following: solicitation number (NNA13467675R), FOB destination to this Center, 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. FAR 52.212-1 Instructions to Offerors Commercial Items (Feb 2012) is applicable. 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. FAR 52.212-5 (JAN 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 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). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) 38 U.S.C. 793) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 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). 52.232-9 Limitation on Withholding of Payments. 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 52.244-6 Subcontracts for Commercial Items. NASA FAR Supplement Clauses Incorporated By Reference: 1852.211-70, Packaging, Handling, and Transportation (September 2005) 1852.216-78, Firm Fixed Price (December 1988) 1852.233-70, Protests to NASA (October 2002) ARC 52.232-90, SUBMISSION OF INVOICES (JUNE 2008) is applicable to this procurement. (a)Invoices shall be prepared in accordance with the Prompt Payment clause of this contract and submitted in quadruplicate, unless otherwise specified, to the address below: NASA Shared Services Center (NSSC) Financial Management Division (FMD)Accounts Payable Bldg. 1111, Road C Stennis Space Center, MS 39529 This is the designated billing and payment office for purposes of the Prompt Payment Act. Invoices shall include the Contractors Taxpayer Identification Number (TIN). Electronic submission is also authorized, via email NSSC-AccountsPayable@nasa.gov or fax 866-209-5415. (b)In the event that amounts are withheld from payment in accordance with the New Technology clause or other provisions of this contract, a separate invoice for the amount withheld shall be required before payment of that amount is made. 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 submitted via e-mail to SARAH ANDRAE (sarah.m.andrae@nasa.gov) not later than April 10, 2013 at 4:00 p.m. PDST. 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. It is critical that Offerors provide adequate detail to allow evaluation of their offer. (Please see FAR 52.212-1(b)and FAR 52.212-2.) Offerors must include completed copies of the provision at 52.212-3 (APR 2012), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. 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=21. Potential Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA13467675Q/listing.html)
 
Record
SN03026068-W 20130404/130402234558-2124183659ffb6bb62970d28471afa3a (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.