Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2003 FBO #0638
SOLICITATION NOTICE

66 -- DEKTAK SURFACE PROFILE MEASURING SYSTEM

Notice Date
8/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFO3-C3L-26143
 
Response Due
9/3/2003
 
Archive Date
8/26/2004
 
Point of Contact
Michael Kaszyca, Contract Specialist, Phone (216) 433-2799, Fax (216) 433-2480, Email Michael.Kaszyca@grc.nasa.gov
 
E-Mail Address
Email your questions to Michael Kaszyca
(Michael.Kaszyca@grc.nasa.gov)
 
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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). 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 Offer (RFO) for: Item 1) one Dektak Model 6M surface profile measuring system or equal, Item 2) one set of documentation, and Item 3) Installation, checkout of item 1, and training. The Contractor shall furnish 1 Dektak Model 6M surface profile measuring system or equal, documentation, installation, checkout and training in accordance with the following specifications. Item 1 Dektak Model 6M surface profile measuring system or equal - Low inertia sensor with programmable stylus force from 1-15 mg - Quick change stylus replacement fixture - 12.5 micron stylus - 150 mm diameter sample stage with manual X-Y theta positioning - Scan length range 50 microns to 30 mm - Vertical measurement range 1 mm - Optics for sample viewing with high magnification color video camera - 3 mm field of view (95x magnification standard) - 30000 data points per scan - PC unit: Intel Pentium III 1GHz or greater, 128 MB ram 10 GB HDD, CD-RW drive, keyboard and mouse, Microsoft Windows with Dektak 6m graphic user interface software - Analytical software with 30 functions (including average step height, surface roughness) - Stress measurement software - Step detection software - Vertical data resolution 1 angstrom - Step height repeatability: 7.5 angstroms, 1 sigma - All necessary cables, connectors, etc. Item 2 Documentation The Contractor shall furnish 1 set of instruction/maintenance manuals that, as a minimum, instructs in the safe set-up and operation of Item 1 and its associated software, and the normal preventative maintenance procedures required. Item 3 Installation, Checkout, and Training The Contractor shall install Item 1 at NASA GRC within 7 days of delivery. Installation shall be by a trained factory representative(s) and include all alignments and utility hook-ups necessary for the operation of Item 1. The Contractor shall furnish to the NASA Contracting Officer a listing of utilities or other requirements necessary for installation within 5 calendar days after award. Actual installation date(s) shall be via mutual agreement between the Government and Contractor. Installation shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.). The Contractor shall perform and document a complete system set-up and checkout at NASA Glenn Research Center upon completion of the installation. The checkout shall insure that Item 1 meets all functionality specifications listed in this document. The Contractor shall provide training in the operation of Item 1 either during its checkout or immediately afterwards. This shall include the basic safe set-up and operation of Item 1 and its associated operating software. This training shall be at the NASA Glenn Research Center and be for a minimum of 4 hours. The provisions and clauses in the RFQ are those in effect through FAC 01-15. The NAIC code is 334516 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center is required within 7 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by September 3, 2003, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for Items 1-3 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation. Faxed offers are not acceptable due to the required information of 52.212-1. Offerors shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clause: _X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). __ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I to 52.219-5. __ (iii) Alternate II to 52.219-5. X (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). __ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). __ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). __ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I of 52.219-23. __ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) X (12) 52.222-26, Equal Opportunity (E.O. 11246). X_ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). X_ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). X_ (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). __ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (18) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a - 10d). __ (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I of 52.225-3. __ (iii) Alternate II of 52.225-3. __ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). X_ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). __ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). __ (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). X_ (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). __ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). __ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). __ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). __ (ii) Alternate I of 52.247-64. (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NONE The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Award will be based upon overall best value to the Government among those offers that meet the specifications of Item 1 thru Item 3 above. Consideration will be given to the factors of meeting specifications, total price, and past performance. Other critical requirements (i.e., delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Best Value Criteria: A used demonstration unit will be given best-value consideration, provided the following conditions are satisfied and its price is significantly less than an unused unit being offered. A. The system is complete and in ?as new? condition including cables, connectors, install/setup discs for software etc. B. A full (as new) warranty is provided C. The instrument has less than 40 hours of operation logged. The offeror shall furnish documentation and/or a certification of the operating hours logged on the machine. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#107224)
 
Record
SN00414208-W 20030829/030827214348 (fbodaily.com)
 
Source
FedBizOpps.gov 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.