Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SOLICITATION NOTICE

66 -- PORTABLE FOURIER TRANSFORM INTERFEROMETER SYSTEM

Notice Date
8/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA11392715Q-SMA
 
Response Due
8/26/2011
 
Archive Date
8/19/2012
 
Point of Contact
Rachel A. Jandron, Contract Specialist, Phone 650-604-2655, Fax 650-604-0912, Email rachel.a.jandron@nasa.gov - Sarah M Andrae, Contracting Officer, Phone 650-604-3136, Fax 650-604-0912, Email Sarah.M.Andrae@nasa.gov
 
E-Mail Address
Rachel A. Jandron
(rachel.a.jandron@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 only solicitation;offers are being requested and a written solicitation will not be issued. This notice isbeing issued as a Request for Quotations (RFQ) for a Portable Fourier TransformInterferometer System (FTIR), which will be used for conducting radiometric measurementsat infrared (IR) wavelengths. The FTIR system will be primary used to measure thespectral radiance of radiating sources emitting at, or near, room temperature undervarying field and laboratory environments. Please see attached for complete statement ofwork.PERIOD OF PERFORMANCE: The FTIR system shall be shipped FOB Destination no later than 24weeks following award of the contract. The NAICS Code and size standard for this procurement is 334516 and 500 employees,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. Offers for the items(s) described above are due by Friday, August 26, 2011 at 12:00 pmPST to Rachel Jandron at Rachel.A.Jandron@nasa.gov and must include a firm fixed price.Quotes no more than 10 pages must also incude: solicitation number, FOB destination tothis Center, 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. The provisions and clauses in the RFQ are those in effect through the Federal AcquisitionCircular (FAC) 2005-53. 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 atURL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. 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. Offers shall provide the information required by the FAR 52.212-1 (JUNE 2008),Instructions to Offers Commercial Items, which is incorporated by reference. Pleasenote paragraphs (j) and (k) that require all offerors to have a DUNS number and currentCCR registration. Offerors shall provide the information required by FAR 52.212-3 (MAY2011), Offeror Representations and Certifications Commercial Items with their offer. Ifthe offeror has already entered their representations and certifications at the OnlineRepresentations and Certifications Application (ORCA) at https://orca.bpn.gov/, offerorsare only required to complete paragraph (b) of the provision and return with yourquotation. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52-222-3, Convict Labor (June 2003), 52.222-19, ChildLaborCooperation with Authorities and Remedies (Jul 2010), 52.222-21, Prohibition ofSegregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-36,Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-50 CombatingTrafficking in Persons, 52.223-15 Energy Efficiency in Energy-Consuming Products,52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010), 52.225-1 BuyAmerican Act-Supplies, 52.222-13 restrictions on Certain Foreign Purchases, 52.232-33Payment by Electronic Transfer-Central Contractor Registration, 52.233-4 Applicable Lawfor Breach of Contract Claim. The Following NFS clauses will also be incorporated into any result contract: NFS1852-223-72 Safety and Health (Short Form), NFS 1852.225-70 Export License, NFS Ombudsman(Deborah Feng, NASA Ames Research Center, M/S 200-9, Moffett Field, CA 94035-0001), NFS1852-237-73 Release of Sensitive Information.Selection and award will be made to the lowest priced, technically acceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement. Selection and award will be made to thatofferor whose offer will be most advantageous to the Government, with consideration givento the factors of proposed technical merit and price. It is critical that offerorsprovide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(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=21. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any). Any referenced notes may be viewed at the following URLs linkedbelow.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA11392715Q-SMA/listing.html)
 
Record
SN02541723-W 20110821/110819235217-afb36ddac28d38ca22fed9f6d0099c62 (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.