Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2011 FBO #3444
SOLICITATION NOTICE

66 -- THERMAL CONDUCTIVITY TEST SYSTEM

Notice Date
4/28/2011
 
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
NNC11ZCH014Q
 
Response Due
5/16/2011
 
Archive Date
4/28/2012
 
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone 216-433-2756, Fax 216-433-5489, Email Marilyn.D.Stolz@nasa.gov
 
E-Mail Address
Marilyn D. Stolz
(Marilyn.D.Stolz@nasa.gov)
 
Small Business Set-Aside
N/A
 
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 Quotation (RFQ) for: ITEM 1, Qty. 1,THERMAL PROPERTY TEST SYSTEM, ITEM 2, Qty. 1, DOCUMENTATION, and ITEM 3, Qty. 1,INSTALLATION, CHECKOUT AND TRAINING.ITEMS 1-3 shall contain the following features and meet the salient characteristicslisted below: ITEM 1: THERMAL PROPERTY TEST SYSTEM System shall measure thermal conductivity, thermal diffusivity, and specific heatcapacity for isotropic and anisotropic materials. Materials to be measured are ceramics, thin films, aerogels, and layered materials. Sample sizes: 12 mm to 30 mm diameter, minimumTemperature range: -100C to 650CAccuracy better than 5%Repeatability better than 1% Thermal Conductivity measurement: minimum 0.01 to 500 W/mK or better. Anisotropy capability to measure thermal transport properties of such materials asfiber-reinforced and layered materials. To measure: thermal conductivity of 0.01 to 500W/mK in both radial and axial directions; thermal diffusivities of 4 -120 mm2/s in bothradial and axial directions. Thin film measurement capabilities for material thicknesses between 0.01 2 mm.Repeatability better than 4%. Must be 120 or 208 VAC 69 Hz. System shall include: operating software and desktop computer system with softwareinstalled; furnace and/or environmental chamber(s) and controllers; ability to pull avacuum and backfill the furnace with an inert gas; and all required sensors/probes;manuals and cables. ITEM 2: DOCUMENTATIONOne set of comprehensive hardware and software manuals which shall include but is notlimited to user, system, troubleshooting, and maintenance. ITEM 3: INSTALLATION, CHECKOUT, TRAINING, AND SUPPORT A. The Contractor shall install ITEM 1. The Contractor shall include all labor and travelexpenses for installation and system performance verification at NASA Glenn ResearchCenter (GRC) within 2 weeks of delivery. System verification shall run a standard (foam,low thermal conductive ceramic, etc. that has a known value) that produces a plot(thermal conductivity vs. temperature) that can be compared to known values. The set-upshall insure that ITEM 1 meets all functionality specifications listed in this document.Set-up shall be performed Monday-Friday, non-federal holidays, during normal businesshours at NASA GRC (typically 8 a.m. to 5 p.m.). B. The Contractor shall include a minimum of 1 day of on-site operational training within2 weeks of delivery to coincide with the system verification. C. The Contractor shall support (repair, maintain, provide replacement parts, etc.) thehardware and software for at least 5 years from the date of delivery. The provisions and clauses in the RFQ are those in effect through FAC 2005-51. 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 to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135(Receiving, Bldg. 21) is required within 90 days ARO. Delivery shall be FOB Destination. NOTE for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately. Offers for the items(s) described above are due by May 16, 2011, 4:30 p.m. local time andmay be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 60-1, Cleveland,OH 44135 and must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1are 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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable.Addenda to FAR 52.212-4 are as follows: None. FAR 52.212-5 (JAN 2011), 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: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)(2),Alternate I(Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (Aug 1996) (31U.S.C. 3553), 52.233-4, Applicable Law for Breach 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), 52.222-3, Convict Labor (June2003) (E.O. 11755),52.222-21, Prohibition of Segregated Facilities (Feb 1999),52.222-26,Equal Opportunity (Mar 2007) (E.O. 11246),52.222-35, Equal Opportunity for Veterans (Sep2010)(38 U.S.C. 4212),52.222-36, Affirmative Action for Workers with Disabilities (Oct2010) (29 U.S.C. 793),52.222-37, Employment Reports on Veterans, (Sep 2010) (38 U.S.C.4212), 52.225-1, Buy American ActSupplies (Feb 2009) (41 U.S.C. 10a-10d),52.225-13,Restrictions on Certain Foreign Purchases (June 2008)(E.O.'s, proclamations, and statutesadministered by the Office of Foreign Assets Control of the Department of theTreasury),52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration(Oct 2003)(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) toMarilyn.D.Stolz@nasa.gov not later than May 6, 2011. Telephone questions will not beaccepted. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: 1. percent of accuracy and repeatability (highest value, lowest number),2. broadest temperature range,3. maximum temperature reached,4. sample size (widest range: minimum 1/2', maximum 2') (thinner thickness is desirable),5. sample type (widest range),6. multi-layered samples (software's ability to do 2 or more layers),7. size/weight/power requirements (lowest are most desirable)8. ability to run inert gas atmospheres is desirable 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 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications 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 releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11ZCH014Q/listing.html)
 
Record
SN02435353-W 20110430/110428234302-7dbf72625c219bd4a831e632e70ec7ae (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.