Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOLICITATION NOTICE

66 -- FRICTIONLESS MECHANICAL TEST SYSTEM

Notice Date
7/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA12434880Q-AHT
 
Response Due
8/15/2012
 
Archive Date
7/31/2013
 
Point of Contact
Huy T Ton, Buyer, Phone 650-604-0166, Fax 650-604-3020, Email Huy.T.Ton@nasa.gov - Justin C. Pane, Contracting Officer, Phone 650-604-5621, Fax 650-604-0932, Email justin.c.pane@nasa.gov
 
E-Mail Address
Huy T Ton
(Huy.T.Ton@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a highly specialized test system to perform two types of mechanical tests on bone and bone-like materials. The required test system shall have the following specifications: 1. Frictionless motor operation and sufficient stability to allow moving the unit from one building and room to another. 2. Test system with sensor and software. 3. Mechanical subsystem that includes load frame, motor, and load/displacement sensor. 4. High accurate displacement measurement (2m, with 1nm resolution) and fast response time throughout the wide frequency range (1-200 Hz). 5. Reproducible cyclic performance between 1 and 200 Hz; capacity up to 225 N force. 6. Compatible with future add-on of autoclavable chamber for analysis of cells or organs in culture with continuous monitoring capability. 7. Compatible with future add-on of torsion actuator that will allow simultaneous loading axially and in torsion. 8. Vertical orientation to facilitate ex vivo static testing. 9. Provide measurements of displacement, force and time as output variables. 10. Compatible 3-Point bending fixture. 11. Installation and set-up to operational state. The provisions and clauses in the RFQ are those in effect through FAC 2005-60. The NAICS Code and the small business size standard for this procurement are 334519 and 500 Employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center, Moffett Field, CA 94035 is required within 12 weeks ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 1:00 PM Pacific Standard Time on August 15, 2012 to Huy.T.Ton@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard 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 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.222-50, 52.233-3, 52.233-4, 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.223-18, 52.225-3 Alternate II, 52.225-13; 52.232-33. 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) to Huy.T.Ton not later than August 9, 2012. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors will be responsible for downloading their own copy of this combination synopsis/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/ARC/OPDC20220/NNA12434880Q-AHT/listing.html)
 
Record
SN02821061-W 20120802/120731235507-aa248dcef151f253518eccecae56689a (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.