Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2004 FBO #0829
SOLICITATION NOTICE

66 -- VERTICAL DILATOMER

Notice Date
3/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04051929Q
 
Response Due
3/15/2004
 
Archive Date
3/2/2005
 
Point of Contact
Jean M. Boylan, Purchasing Agent, Phone (216) 433-2140, Fax (216) 433-2480, Email Jean.M.Boylan@grc.nasa.gov
 
E-Mail Address
Jean M. Boylan
(Jean.M.Boylan@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 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: 1 EACH – VERTICAL DILATOMER (PER SPECIFICATION) 1 EACH – TYPE C THERMOCOUPLE Specifications for High Temperature Thermal & Chemical Expansivity System The dilatometer will be capable of measuring thermal expansion from RT to 1600C utilizing high purity alumina components. The dilatometer must be in the vertical design to minimize laboratory space requirements, eliminate sample dragging/reaction effects, and allow use of greater than 1700+C measurement. (the initial system does not need to support 1700+C, but it must be capable with an upgradeable or interchangeable furnace system) The dilatometer will be capable of measuring a single specimen, differential type dilatometers are not necessary The dilatometer system must come complete ready to operate, including all necessary hardware & power controllers/supply, software acquisition/analysis, PC hardware/printing capability. The dilatometer must be capable of running under vacuum, high oxidizing, and high reducing atmospheres up to maximum furnace temperature The dilatometer must be of the long stroke LVDT type for accurate linear expansion measurement The dilatometer will be capable of measuring 1” long specimens at the minimum. The provisions and clauses in the RFQ are those in effect through FAC 01-19. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334515 & 500 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 shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 03/15/04 and shall be Faxed to Jean M. Boylan @ 216-4332480 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 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. 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 All contractual and technical questions must be in writing (e-mail or fax) to Jean M. Boylan not later than 03/08/04. 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. SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An 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): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=2222 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/GRC/OPDC20220/NNC04051929Q/listing.html)
 
Record
SN00535380-F 20040304/040302225747 (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.