SOLICITATION NOTICE
66 -- MULTIECHEM INTERFACE 1000 POTENTIOSTAT
- Notice Date
- 7/23/2013
- 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 94035-0001
- ZIP Code
- 94035-0001
- Solicitation Number
- NNA13482975Q-AHM
- Response Due
- 8/7/2013
- Archive Date
- 7/23/2014
- Point of Contact
- Matthew J Heagy, Contract Specialist, Phone 650-604-5658, Fax 650-604-3020, Email Matthew.j.heagy@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
- E-Mail Address
-
Matthew J Heagy
(Matthew.j.heagy@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 Quotations (RFQ) for 8 Potentiostat and software applications. REQUIRED SPECIFICATIONS: The potentiostat must exhibit the following specifications in order to be adequate for the research for which it is intended: Must incorporate on-board electronics to perform electrochemical impedance spectroscopy from 10 microHertz to 1 MHz. Must exhibit a specification for noise and ripple that is equal to or less than 20 microVolts rms. Must be engineered to acquire a data point in 10 microseconds. Must be engineered to acquire data points at user-specified time points for an infinite amount of time. Must incorporate nine current ranges from 1 A to 10 nA in a decade sequence. Must be electrically isolated from ground to allow electrochemical experiments to be performed on grounded samples. Must exhibit a voltage resolution of 1 μV and a current resolution of 3.3 fA (femtoamps). Must interface with a commercial Electrochemical Multiplexer to perform automated, sequential electrochemical experiments. Must be engineered so one computer can control a minimum of 8 potentiostats, with room for expansion up to 32 potentiostats. Must be able to operate as a standalone unit or in a compatible hub that can accommodate a minimum of 8 total potentiostats, and maintain floating operation on those units. Must be compatible with commercial software to perform a wide variety of electrochemical experiments such as electrochemical impedance spectroscopy, electrochemical frequency modulation, cyclic voltammetry, pulse voltammetry, and DC corrosion. Data acquisition and analysis software must be performed by scripts that can be modified for custom experiments and analysis. Data acquisition and analysis software must have the ability to pause data acquisition. The provisions and clauses in the RFQ are those in effect through FAC -2005-67. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334516 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 is required within 30 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:00pm Pacific Standard Time, Wednesday August 7, 2013 to Matthew Heagy by email only to: matthew.j.heagy@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. 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, proposed delivery time, and past performance. Other critical requirements: Maintenance and Warranty shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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. Submission of Invoices (ARC 52.232-90) (JUN 2008) (Modified JAN 2012); 52.247-34 F.o.b. Destination. (NOV 1991); 1852.215-84 Ombudsman. (NOV 2011); 1852.225-70 Export Licenses. (FEB 2000); 1852.237-73 Release of Sensitive Information. (JUN 2005). FAR 52.212-5 (JAN 2013), 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-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011); 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012); 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); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 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) to Marianne Shelley- email: Marianne.Shelley@nasa.gov not later than July 30, 2013,4:00 PM Pacific Time. Telephone questions will not be accepted. Offerors must include completed copies of the provision at 52.212-3 (APR 2012), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. This documentation is not required if the offeror has a current registration on the System for Award Management (SAM), www.sam.gov, and the offeror's Representations and Certifications have been recorded at SAM. 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/NNA13482975Q-AHM/listing.html)
- Record
- SN03123843-W 20130725/130723234708-5b5abdca85d5afe3f0e3a1cd3a61f625 (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 |