Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

D -- STYLUS PROFILOMETER

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG10353910Q
 
Response Due
8/23/2010
 
Archive Date
8/16/2011
 
Point of Contact
Wanda B. Moore, Contract Specialist, Phone 301-286-4356, Fax 301-286-0794, Email wanda.b.moore@nasa.gov - Jennifer LaMonte, CS, Phone 301-286-5563, Fax 301-286-6299, Email Jennifer.K.LaMonte@nasa.gov
 
E-Mail Address
Wanda B. Moore
(wanda.b.moore@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NANASA/GSFC has a requirement for the following:Stylus Profilometer1) Surface Profiler Specifications- Profiler 2D Software- Apex 2D surface analysis s/w- 20 site Sequencing software- 80 mm scan length- Microhead 5 SR (standard range) measurement head Vertical range: 0-327m Stylus force: 0.5 - 50mg Constant stylus force control- Dual view optics (side view and top view)- 4.0X, 0.12NA top view objective lens (1400 x 1040 m field of view)- Black and white digital camera- Stylus 2.0 m 60 degree radius- Sample stage with motorized level and rotation, 8' diameter table- Vacuum sample hold-down- PC with XP Professional Operating System and following minimum configuration 19' Flat Panel LCD monitor 2.0 GHz Intel CORE processor 1 GB of RAM 80GB hard disk drive 8X DVD+/-RW drive Six USB 2.0 (two front, four rear) and one Ethernet (RJ45) ports- RoHS compliant peripherals- User manual CD, one hard copy on clean room paper- Voltage Kit, 90-110v,- Power Cord, North America2) Apex 2D SoftwareIncludes Profiler 2D software. Apex software provides the end user with additionalcapabilities for data analysis and report generation not available with Profilersoftware. It is a very user friendly software with the capability to create customreports, perform SPC, advanced data filtering, texture analysis, form removal, zoom,symmetry, rotation, threshold, elimination of defects, volume and distance calculation,and traditional parameters for step height and roughness measurements. Apex is alsoavailable in several languages. 3) Installation and TrainingProvides up to 1 day (not to exceed 8 hours) of system installation andtraining that includes:- system installation- system overview- basic and advance features- calibrations and preventive maintenance4) SERVICE & WARRANTYWarranty - 13 months from date of shipmentCoverage is 8 hours per day, 5 days per week, Monday thru Friday.All Parts IncludedAll Labor IncludedHoliday coverage not included.P1X Apps Support During WarrantyKLA-Tencor application support during the standard 12-month warranty period. Coverage is5 days x 8 hours per day. KLA-Tencor warranty terms apply. Nominal duration of coverageis a defined number of days by product through acceptance to the end the warranty period.Application support services include:* On-site initial hands-on basic operations training and systemoverview.* Support in troubleshooting of system down events through the end of warranty period.Coverage is 8 hours per day, 5 days per week, Monday thru Friday.The Government intends to acquire a commercial item using FAR Part 12.DO Ratings is DO-C9. This synopsis shall not be construed as a commitment by theGovernment, nor will the Government pay for the information solicited.Award shall be made to the quoter whose quote offers the best value to the Government,technical capability, past performance, and price will be considered. The Government willevaluate information based on the following evaluation criteria: 1) Technical Capabilityfactor 'Meeting or Exceeding the Minimum Specifications,' 2) Past Performance and 3)Price.Technical capability, and past performance, when combined, shall be more important thanprice. If Technical Capability, and Past Performance are equivalent, price shall be thedetermining factor.Technical Capability:Evaluation of Technical Capability will be based on the information provided in thequotation. NASA will evaluate whether the offeror has demonstrated that its proposedequipment meets or exceeds all minimum requirements. Quotations that do not demonstratethe proposed equipment meets all requirements will not be considered further for award.If an offeror does not indicate whether its proposed equipment meets a certain minimumrequirement, NASA will determine that it does not. NASA will give preference to offerorswho demonstrate that their proposed equipment exceeds NASA's requirements.Past Performance:The Government will evaluate the Offeror's past performance information and, ifappropriate, its proposed subcontractors' past performance to determine its relevance tothe current requirement and the extent to which it demonstrates that the offeror hassuccessfully completed relevant contracts in the past five years. In assessing theofferor's past performance information, NASA will evaluate the quality, timeliness, andability to control cost and schedule of the past work. Evaluation of this factor will bebased on information contained in the technical portion of the quotation and informationprovided by references. The Government will evaluate past performance information bycontacting appropriate references, including NASA references, if applicable. TheGovernment may also consider other available information in evaluating the Offeror's pastperformance. The Government will assign a neutral rating if the offeror has no relevantpast performance information.Price:Quoted price will be evaluated for reasonableness.Oral communications ARE NOT acceptable in response to this notice. FAX or E-Mail anyinquiries to the identified point of contact.All contractual and technical questions must be submitted in writing via e-mail towanda.b.moore@nasa.gov no later than 1:00 PM EST on August 20, 2010.All responsible sources may submit an offer which shall be considered by the agency. The award document may be a purchase order or a contract at the discretion of theContracting Officer. Notifications to unsuccessful offerors shall be given only ifrequested. *** The full text of a FAR provision or clause may be accessed electronically athttp://acquisition.gov/comp/far/index.html. ****** The following provisions apply to this acquisition: 52.212-1 Instructions toOfferors-Commercial Items; 52.212-3 Offerors Representations and Certifications-Commercial Items.****** Offerors must complete annual representations and certifications on-line athttp://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations andCertifications- Commercial Items. If paragraph (j) of the provision is applicable, awritten submission is required.******The following clauses apply to this acquisition:1. 52.212-4 Contract Terms and Conditions-Commercial Items; 2. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders-Commercial Items including subparagraphs:a. 52.219-28 Post Award Small Business Program Rerepresentationb. 52.222-3 Convict Laborc. 52.222-19 Child Labor - Cooperation With Authorities And Remediesd. 52.222-21 Prohibition of Segregated Facilities e. 52.222-26 Equal Opportunityf. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the VietnamEra, and Other Eligible Veteransg. 52.222-36 Affirmative Action for Workers with Disabilitiesh. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the VietnamEra, and Other Eligible Veteransi. 52.225-3 Buy American Act - Free Trade Agreement - Israeli Trade Act Alternate I of52.225-3j. 52.225-13 Restriction on Certain Foreign Purchases, and k. 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration.NASA/GSFC anticipates awarding a Firm Fixed-Price type contract for the StylusProfilometer with an anticipated award date on or about September 15, 2010.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, which is issued as a Request for Quotation (RFQ); quotes are beingrequested and a written solicitation will not be issues. Offerors are required to usethe On-Line RFQ system to submit their quotes.The on-line RFQ system is linked above orit may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. Theinformation required by FAR Subpart 12.6 is included in the on-line RFQ.An Ombudsman has been appointed. See NASA Specific Note 'B'.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG10353910Q/listing.html)
 
Record
SN02242062-W 20100818/100816235124-22e60b12729a463b409457ebc0028360 (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.