Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2008 FBO #2349
SOLICITATION NOTICE

66 -- X-RAY SOURCE SYSTEM

Notice Date
4/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08187919Q
 
Response Due
5/5/2008
 
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone 216-433-2756, Fax 216-433-5489
 
E-Mail Address
Marilyn.D.Stolz@grc.nasa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for: ITEM 1, Qty. 1, X-RaySource System SPECS Scientific Instruments Model XR50 or equal; ITEM 2, Qty. 1,Documentation; and ITEM 3, Qty. 1, System set upThe Contractor shall furnish Items 1 through 3 which shall meet the followingspecifications:1. Shall have an in-vacuum insertion depth of 280-290 mm and supplied on a stainlesssteel UHV standard vacuum flange (2.75; DN38CF) and leak tested to a minimum of lessthan 1 x 10-10 mbar L/s.2. Provide dual source anode elements of Aluminum and Magnesium; user selectable.3. Shall have a minimum photocurrent of 200 nano Amperes.4. Crosstalk shall be limited to 0.40%.5. Include integral cooling of source head.6. Shall provide a minimum target power of 250 W (for Magnesium); 350W (for Aluminum);and 550W (for Copper).7. Assembly shall be completely compatible with existing Government ownedCreaTec-brand-MBE system or equivalent and mounted on a standard OD 2,75 CF typestainless steel flange.8. Shall include power supply 15 kV (anode) and maximum emission current of at least 35mA9. Control shall be remote with included hardwired interlocks of cooling water circuit.10. All control and readout components shall be 19 standard rack mountable.11. Included linear translator (UHV) shall provide at least 2 inches of travel withcompressed length minimum of 45mm and extended maximum of at least 90mm.ITEM 2: DocumentationOne set of manuals which may include but is not limited to user, system, troubleshooting,and maintenance.ITEM 3: System set upThe Contractor shall include all labor and travel expenses for system set up andperformance verification at NASA Glenn Research Center (GRC) within 2 weeks of delivery. The set up shall insure that Item 1 meets all functionality specifications listed in thisdocument. The actual set up date shall be via mutual agreement between the Governmentand the Contractor. Set up shall be performed Monday-Friday, non-federal holidays,during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.).The provisions and clauses in the RFQ are those in effect through FAC 05-24.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 334516 and500 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery of Items 1 and 2 shall be to the NASA Glenn Research Center, 21000 BrookparkRoad, Cleveland, OH 44135 (Receiving, Bldg. 21) and is required with 60 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 May 5, 2008, 4:30 p.m. local time andmay be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-306,Cleveland, OH 44135 and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems 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 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1 are as follows: None.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None.FAR 52.212-5 (FEB 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference:(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law forBreach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of PriceEvaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offerorelects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a);52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and(3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of SegregatedFacilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35,Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workerswith Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on SpecialDisabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C. 4212); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury); 52.232-34, Payment by Electronic Funds TransferOther thanCentral Contractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Marilyn D.Stolz not later than May 2, 2008. Telephone questions will not be accepted.Selection and award will be made on an aggregate basis to the lowest priced, technicallyacceptable offeror, with acceptable past performance. Technical acceptability will bedetermined by review of information submitted by the offeror which must provide adescription in sufficient detail to show that the product offered meets the Government'srequirement. Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e7db9c957d6b4259186e451f351c3155&tab=core&_cview=1)
 
Record
SN01563624-W 20080502/080430220649-e7db9c957d6b4259186e451f351c3155 (fbodaily.com)
 
Source
FedBizOpps 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.