Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2012 FBO #3928
SOLICITATION NOTICE

J -- SERVICE AND MAINTENANCE OF HELIUM LEAK DETECTORS

Notice Date
8/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12444497Q
 
Response Due
9/7/2012
 
Archive Date
8/24/2013
 
Point of Contact
Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-2480, Email sandra.a.brickner@nasa.gov
 
E-Mail Address
Sandra A Brickner
(sandra.a.brickner@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 Quote (RFQ) for preventative maintenance and service of ten (10) Helium Leak Detectors, consisting of six (6) visits per 36 month period. These leak detectors are manufactured by Veeco Corp and Varian Corp and are in use in several facilities at NASA/GRC.The complexity of these devices arises from the fact that they employ a roughing pump, turbo pump, and helium detection systems to provide the function of detecting leaks. This procurement includes the following requirements: 1. Six (6) site visits to NASA-GRC over the next 36 months. The visits shall be spaced approximately 6 months apart, the first visit commencing in November 2012. Subsequent visits will need to be between April 15 to June 15, and October 15 to December 15. 2. Each site visit shall include the following: a. All ten leak detectors covered under this procurement shall be inspected for operability. The leak detectors are Veeco model number MS 40 and Varian model numbers 959D (dry), 959-50 and 979. b. The vendor shall perform a full preventative maintenance (per manufacturers specifications) on a minimum of five leak detectors. The minimum set of five leak detectors that are to undergo this full preventative maintenance will be chosen by the government. The full preventative maintenance shall include the following: Ion source rebuilt with both filaments replaced Exchanging the spectrometer tube Valves and valve block assembly cleaned Replacing the turbopump oil cartridge (if applicable) Mechanical/vane pumps oil changed including exhaust/oil mister filter Oil filter replacement (as applicable) Calibration of the collector zero offsets Fore line and test port pirani gauges calibrated Tested for stability and helium background in all test modes Supplying all test data to NASA personnel in electronic format. Acceptable formats include Word and Excel documents. c. Any foreign object damage to any leak detector shall be brought to the attention of NASA engineers. Any debris discovered during the inspection and/or preventative maintenance shall be supplied to NASA personnel for the subsequent investigation. d. Recommendations for future improvement of operation, troubleshooting, or increased productivity while using the leak detectors. e. If any leak detector is inoperable or requires parts or labor in excess of the standard preventative maintenance, the vendor shall provide an estimate for the repair of the leak detector. The estimate shall include both parts and labor, and shall be submitted no more than 14 days after the site visit. The quote shall be valid for a minimum of 60 days. If the government chooses to execute the repair with the vendor performing the maintenance, the vendor shall perform a full preventative maintenance once the repair is complete. 3. It is possible that additional leak detectors will be added to the contract during the 36-month period. The vendor shall provide a quote for the cost of servicing the additional leak detector(s). The additional leak detectors will be added to the contract at the governments discretion. The vendor shall provide a full preventative maintenance (as described in 2b above) to any leak detector that is added to the contract during the 36-month period. This full preventative maintenance performed on the additional leak detector(s) shall be in addition to the standard 5 leak detectors that are chosen to have the full preventative maintenance performed on them. 4. The vendor shall provide technical support via email or telephone. 5. All calibration data shall be performed with NIST-traceable calibrated instruments. The vendor shall supply the calibration data and the model number(s), serial number(s), and dates of calibration at the conclusion of each site visit. 6. All travel expenses to be included. The provisions and clauses in the RFP are those in effect through FAC 2005-60. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 811310, $7.0M 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. First visit to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required by November 2012. Offers for the items(s) described above are due by 4:30pm EST on September 7, 2012 to Sandra Brickner (email: Sandra.a.brickner@nasa.gov), fax #216-433-2480 or NASA Glenn Research Center, Attn:Sandra A. Brickner, M/S 60/1, 21000 Brookpark Road, Cleveland, OH 44135 and must include, solicitation number, discount/payment terms, warranty duration (if applicable) taxpayer identification number (TIN), CAGE code, identification of any special commercial terms, and be signed by an authorized company representative. Offers 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. Addenda to FAR 52.212-4 are as follows: 1852.209-73, 1852.215-84 Ombudsman, (OCT 2003), 1852.223-72 Safety and Health (Short Form) (APR 2002), 1852.225-70 Export Licenses, 9FEB 2000), 1852.237-73 Release of Sensitive Information (JUN 2005) 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: 52.204-10 Reporting Executive Compensation and First-Subcontractor Awards (JUL 2012) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). 52.209-10 Prohibition of Contracting with Inverted Domestic CorporatIons, (MAY 2012) 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)(E.O 13513), 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) 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 Sandra Brickner not later than September 4, 2012 COB.Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Technical merit is defined as demonstrated ability to meet the specifications and proven evidence of the ability to meet the technical requirements. An offeror must be certifiable and demonstrate experience and prior knowledge and be authorized to repair Varian and Veeco leak detectors and have access to OEM parts. For purposes of bid evaluation, any offeror must supply three examples of serviced leak detectors of similar model numbers as listed above.This service must be within the past five years and must be three different customers. Past performance will consider the offeror's experience in work efforts similar to that being requested. Vendor to provide examples of successfully completed projects that demonstrate their ability to service and repair Varian and Veeco leak detectors. 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 (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=22. 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/GRC/OPDC20220/NNC12444497Q/listing.html)
 
Record
SN02855441-W 20120826/120825001430-7324d9352e90a5f60900070e44fab7b4 (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.