SOLICITATION NOTICE
66 -- TAO SYSTEMS 4-CHANNEL CONSTANT VOLTAGE ANEMOMETER
- Notice Date
- 7/22/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC15557919Q
- Response Due
- 8/7/2015
- Archive Date
- 7/22/2016
- Point of Contact
- Antoinette M. Niebieszczanski, Purchasing, Phone 216-433-2806, Fax 216-433-5090, Email Antoinette.M.Niebieszczanski@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Antoinette M. Niebieszczanski
(Antoinette.M.Niebieszczanski@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 one (1) Tao Systems Model 4-600 Anemometer. Number of Channels: 8 total in one or more cabinets; Input: Operating Resistance: 2 to 20 Ohms; Maximum Sensor Current: 200 mA; Sensor Cable Length:0100 m (0328 feet); Sensor Connection: BNC connector; External Vw Adjust: Input Range of External Vw: 0 to 2 V; Output: Range of Output Voltage: plus or minus 12 V; Range of Vs: 0 to 20 V; Output Impedance: 100 Ohms; Output Connection: BNC connector; Frequency Response: DC 450 kHz: Equivalent Input Noise: 2.6 nV/SQRT(Hz); Temperature: Operating Range: 0 to 40 degrees C; Storage Range: minus 20 to 50 degrees C; Dimensions: Length: 355.6 mm (14 inches); Width: 482.6 mm (19 inches); Height: 28.6 mm (9 inches); Input Power Supply: Line Voltage (US): 90 120 VAC; Line Frequency: 50 60 Hz; Power Consumption: 210 Watts (maximum). The provisions and clauses in the RFQ are those in effect through FAC _2005_-_83_. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334519 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, Attention: Calibration Lab, 21000 Brookpark Road, Mail Stop 21-7, Cleveland, OH 44135 is required. Delivery shall be FOB Destination. Offers for the items(s) described above are due by close of business Friday, August 7, 2015 to NASA Glenn Research Center, Attention: Antoinette M. Niebieszczanski, 21000 Brookpark Road, Mail Stop 60-1 or antoinette.m.niebieszczanski@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), 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.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (APR 2014), 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), 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-TIER SUBCONTRACTOR AWARDS 52.204-15 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.222-3 CONVICT LABOR 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-21 PROHIBITION OF SEGREGATED FACILITIES 52.222-26 EQUAL OPPORTUNITY 52.222-50 COMBATING TRAFFICKING IN PERSONS 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-1 BUY AMERICAN SUPPLIES 52.225-3 BUY AMERICAN FREE TRADE AGREEMENTS ISRAELI TRADE ACT 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to antoinette.m.niebieszczanski@nasa.gov or 216-433-5090 not later than close of business Monday, August 3, 2015. 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: [INSERT SPECIFIC FACTORS such as Delivery, Maintenance, etc] shall also be considered] [Delete if there are no other evaluation factors] 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 (MAR 2015), 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/p ub_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/nais/link_syp.cgi. 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/NNC15557919Q/listing.html)
- Record
- SN03807081-W 20150724/150723000502-99e5811619af58ac36a025b2faf5666c (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 |