Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2004 FBO #0927
SOLICITATION NOTICE

66 -- HELIUM LEAK DETECTOR

Notice Date
6/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ0464769QA
 
Response Due
6/18/2004
 
Archive Date
6/8/2005
 
Point of Contact
Sharyn L Willis, Contract Specialist, Phone (281) 483-5863, Fax (281) 244-5337, Email sharyn.l.willis@nasa.gov - Tim A. Boyes, Contract Officer, Phone (281) 483-1838, Fax (281) 244-5331, Email timothy.a.boyes@nasa.gov
 
E-Mail Address
Email your questions to Sharyn L Willis
(sharyn.l.willis@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 One Helium Leak Detector, One Maintenance Kit, One Remote Data Capture Software, and One Mini-Sniffer Probe. The leak detector shall have a combination of both reverse and direct leak detection modes. The leak detector shall have methods for detecting gross leakage on hermetically sealed parts. The leak detector shall come complete with a standard VGA color CTR. A NIST traceable temperature compensated calibrated leak shall be included with the leak detection unit. A warranty shall be included in each quotation and list all parts covered under the warranty. Specification For Helium Leak Detector For NASA/JSC Use The leak detector shall as a minimum have the following equipment included in the quotation. DESCRIPTION Quantity Helium Leak Detector 1 Maintenance Kit 1 Remote Data Capture Software 1 Mini-Sniffer Probe 1 Requirements 1. The leak detector shall have a temperature compensated calibrator and come complete with NIST standard leak. 2. The leak detector shall have an auto-tune and calibration sequence that will allow tuning with aminimum level of effort from the user. 3. The leak detector must be able to perform an independent calibration check. 4. The ability to store multiple test recipies to ensure repeatable testing among multiple users. 5. The leak detector shall come with a lock and key to ensure that settings are not adjusted by the user without proper approval. 6. The leak detector shall have a flat panel display. 7. The leak detector shall offer multiple modes of testing at both high and low vacuum to enble the user to perform both gross and fine leak. 8. Each leak detector quotation shall include a warranty and the length of warranty on the overall leak detector shall be included. 9. The leak detector shall easily switch units from mTorr, mbar, to Pascal. 10. The leak detector shall have an output port (parallel or USB) for sending data to a printer or a PC. Technical Requirements: 1. Helium Mass 4 Resolution of...............14 minimum 2. Maximum inlet pressure (fine).............7.5 Torr 3. Maximum Inlet pressure (gross)............100 Torr 4. Leak Range................10 x 100 to 3 x 10-11 STD CC/sec Delivery and Installation: The completed leak detector and additional items listed above shall be delivered and installed at the following address: NASA Johnson Space Center ATTN: Rick Dean EP6 x34572 2101 NASA Parkway Houston, Texas 77058 Please include delivery and installation charges in any quotations. All vendor documentation shall accompany any quotation to ensure that the above requirements are met. The provisions and clauses in the RFQ are those in effect through FAC 01-23. 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 334513, and 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 to Johnson Space Center, Transportation Office, Building 421, 2101 NASA Parkway, Houston, Texas 77058-3696 is required within 45 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 1:30, P.M. CDT, June 18, 2004 to NASA/Johnson Space Center, Attn: Sharyn Lee Willis, 2101 NASA Parkway, Houston, Texas 77058 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, 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 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to Instructions to Offerors-Commercial Items (FAR 52.212-1 are as follows: Instruction Manual included in the package shall be a detailed operations manual on how to properly operate the leak detector. 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. 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 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (January 2004) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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: FAR.52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). FAR 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). FAR 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). FAR CLAUSE 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003)is incorporated by reference. All contractual and technical questions must be in writing (e-mail or fax) to Sharyn Lee Willis not later than June 10, 2004. 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: Display, gross leak testing, pressure at which testing begins, sensitivity, standard leak and warranty. 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, 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". 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/eps/bizops.cgi?gr=D&pin=73 . 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://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#110656)
 
Record
SN00600418-W 20040610/040608212736 (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.