SOLICITATION NOTICE
66 -- Mettler-Toledo XPR2U ultra-microbalance
- Notice Date
- 8/12/2020 3:34:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA SHARED SERVICES CENTER STENNIS SPACE CENTER MS 39529 USA
- ZIP Code
- 39529
- Solicitation Number
- 80NSSC20P741062Q
- Response Due
- 8/18/2020 9:00:00 AM
- Archive Date
- 09/02/2020
- Point of Contact
- Kathi Thomas, Phone: 3012867349, Tiffany Neal
- E-Mail Address
-
katheryn.a.thomas@nasa.gov, Tiffany.neal@nasa.gov
(katheryn.a.thomas@nasa.gov, Tiffany.neal@nasa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Synopsis: NASA/NSSC has a requirement for Mettler-Toledo XPR2U ultra-microbalance.��This new precision weighing capability is necessary to accomplish laboratory measurements of concentration of carbon, nitrogen and other important bioactive elements in scientific samples. The Mettler Toledo XPR2U ultramicrobalance provides the necessary accuracy and precision required including readability of 0.1 ug (micrograms). Accessories required are (1) a filter kit suitable for 47- and 70-mm filters, (2) W5 draft shield, and (3) MET30499859EA anti-static kit. The data from the laboratory measurements using the Ultra Microbalance will be added to the SeaWiFS Bio-Optical Archive and Storage System (SeaBASS) and used to validate and refine future remote sensing algorithms and models. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is a combined synopsis/solicitation 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). The provisions and clauses in the RFQ are those in effect through FAC 2005-85-1. Offerors are required to submit their quote via email to Kathi Thomas at katheryn.a.thomas@nasa.gov All contractual and technical questions regarding this acquisition must be submitted in writing (e-mail) to Kathi Thomas at katheryn.a.thomas@nasa.gov no later than 5:00PM EST on August 17, 2020. Telephone questions will not be accepted. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). The NAICS Code and size standard for this procurement are 334516 respectively. The offeror shall state in their offer their size status for this procurement. Delivery to NASA Goddard Space Flight Center is required within 8 weeks ARO. Delivery shall be FOB Destination. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by 12:00PM EST on August 18,�2020 to NASA Goddard Space Flight Center, Attn: Kathi Thomas, 8800 Greenbelt Road, Bldg. 25, Room N020, Greenbelt MD 20771, 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.nasa.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 (Oct 2015); 52.209-6 (Oct 2015); 52.219-28 (Jul 2013); 52.222-3 (June 2003); 52.222-19 (Jan 2016); 52.222-21 (Apr 2015); 52.222-26 (Apr 2015); 52.222-36 (Jul 2014); 52.222-50 (Mar 2015); 52.223-18 (Aug 2011); 52.225-3 (May 2014); 52.225-13 (Jun 2008); 52.232-33 (Jul 2013). The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. 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/pub_library/Omb.html. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2b9f12dde36b41abb870bfd1614723e7/view)
- Place of Performance
- Address: Greenbelt, MD 20771, USA
- Zip Code: 20771
- Country: USA
- Zip Code: 20771
- Record
- SN05755244-F 20200814/200812230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |