Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
SOLICITATION NOTICE

66 -- NEPHELOMETER

Notice Date
3/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NRMAB-500043DT
 
Response Due
3/24/2005
 
Archive Date
4/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The NAICS code is 334516 and the small business size standard is 500 employees. This is a small business set-aside. The resulting purchase order shall be negotiated on a firm fixed price. The award will be made on a best value basis. Evaluation factors include: How the proposal meets the specs, the past performance and price. The National Oceanic and Atmospheric Administration (NOAA), Aeronomy Lab (AL) requires an integrating nephelometer to be used for laboratory and field measurements of aerosol scattering. The following specifications are required: sensitivity better than 2 times 10 to the minus 7 per meter for a 60 s average; capable of measurements at 3 wavelengths (red approx. 700 nm, green approx. 550nm, and blue approx. 450 nm); response time less than 10 s; capable of both total and back ward scatter measurements; angular integration less than 10 degrees to greater than 160 degrees, with calibration of truncation error related to limited angular interaction; high vacuum integrity; continuous subtraction of the Rayleigh background signal by monitoring pressure and temperature; selectable averaging time from 1 to 100 s; less than 5 percent particle losses for 0.05-5 micron diameter particles.***Technical questions must be submitted in writing to the Contracting Officer by fax or by email. You may submit your proposal by e-mail (preferred), fax, or by mail. Proposal must be received on or before close of business March 24, 2005. Please include delivery date, F.O.B. point, business size, and Dun and Bradstreet Number. Vendors must also be registered with the Central Contractor Registry (CCR) at www.ccr.gov. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation ? Commercial Items ? The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items ? Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act?Supplies.**** Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ? all other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/ and agency level protest procedures can be found on at http://www.acqnet.gov/far/current/html/Subpart_33_1.html#1046527 Anticipated award date April 4, 2005.
 
Place of Performance
Address: 325 Broadway, Boulder, CO
Zip Code: 80305
Country: USA
 
Record
SN00760873-W 20050304/050302211743 (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.