SOLICITATION NOTICE
66 -- ISOTHERMAL TITRATION CALORIMETRY -ITC- INSTRUMENT FOR NASA AMES RESEARCHCENTER
- Notice Date
- 9/8/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
- ZIP Code
- 94035-0001
- Solicitation Number
- NNA14521606Q
- Response Due
- 9/17/2014
- Archive Date
- 9/8/2015
- Point of Contact
- Matthew J Heagy, Contract Specialist, Phone 650-604-5658, Fax 650-604-3020, Email Matthew.j.heagy@nasa.gov - Elizabeth A Baierl, Contracting Officer, Phone 650-604-5082, Fax 650-604-0932, Email Elizabeth.A.Baierl@nasa.gov
- E-Mail Address
-
Matthew J Heagy
(Matthew.j.heagy@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA Ames Research Center requires isothermal titration calorimetry instrument (ITC) for protein engineering applications in synthetic biology. 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. NNA14521606Q is issued as a Request for Quotations (RFQ). All solicitation documents and incorporated provisions and clauses in the RFQ are those in effect through FAC _2005_-_76_ and may be reviewed at http://acquisition.gov/far/index.html. This procurement is issued as Full and Open competition. All responsible sources may submit an offer which shall be considered by the agency. The NAICS code is 334516; the small business size standard is 500 employees. The following commercial items are requested: CLIN 0001--Isothermal Titration Calorimetry instrument (ITC) for protein engineering applications in synthetic biology. GE Microcal iTC 200, or Equal.Technical specifications are attached to this announcement as separate pdf file. Offered price shall Firm Fixed (FFP) and inclusive of equipment, delivery, and set-up. Offer shall include 12 months of hardware and software runtime support, phone support, and user training. Delivery of the instrument shall be 30 days following receipt of order (ARO) and shall be FOB Destination. The RFQ contains the following provisions and clauses: FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); FAR, 52.212-2, Evaluation, Commercial Items (Jan 1999); FAR 52.212-3Offeror Representations and CertificationsCommercial Items (May 2014); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2014); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (July 2014). This RFQ includes FAR clause 52.211-6, Brand Name or Equal (Aug 1999).Pursuant to FAR 52.211-6, offerors shall indicate in their offer each product that is being offered as an equal product. For each equal product, the offeror shall include a description reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. Offerors must clearly identify the item by brand name (if any) and make/model number and include descriptive literature, such as illustrations, drawings, etc., and clearly describe any modifications it plans make to a product to make it conform to the solicitation requirements. Offers for the items(s) described above are due by 3 PM Local Time on September 17, 2014. Only electronic receipt of offers will be accepted. Submit offers in Adobe pdf format. Each file cannot exceed 10 MB in size, limit five (5) files. Email offers to matthew.j.heagy@nasa.gov. All offers must include the following minimum information: Firm Fixed Price for CLIN 0001 in US Dollars, solicitation number, FOB destination to this Center, discount/payment terms, warranty duration (if applicable), DUNS, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Note: DUNS number will be used to verify offerors current registration in SAM.GOV. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml The FAR may be obtained via the Internet at URL: http://acquisition.gov/far/index.html. The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm It is the offerors responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice, the on-line RFQ, and amendments (if any). Evaluation: Selection and Award will be made to the single, responsible offeror, whose offer conforming to the solicitation, is determined technically-acceptable and offers the lowest overall price. An ombudsman has been appointed -- See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA14521606Q/listing.html)
- Record
- SN03500268-W 20140910/140909022111-4b9c5be3e00ec6c006bd75fea81c39f7 (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 |