Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2016 FBO #5271
MODIFICATION

66 -- GAS CHROMATOGRAPH/MASS SPECTROMETER

Notice Date
4/27/2016
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135
 
ZIP Code
44135
 
Solicitation Number
NNC16586001Q
 
Archive Date
5/20/2016
 
Point of Contact
Scott E. Stidham, Phone: 2164332488, Dorothy E Viancourt, Phone: 2164332532
 
E-Mail Address
scott.e.stidham@nasa.gov, Dorothy.E.Viancourt@nasa.gov
(scott.e.stidham@nasa.gov, Dorothy.E.Viancourt@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 GAS CHROMATOGRAPH/MASS SPECTROMETER, WITH THE FOLLOWING SPECIFICATIONS. - MS is capable of both direct MS and high resolution GC_MS applications (purpose for experimental flexibility). - Mass detection from 2 m/z up to 800 m/z (purpose for experimental flexibility). - Separately heated gas sample interface, MS source heater and quadruple mass analyzer (for instrument stability). - 250+ liter/minute turbo pump for vacuum system (for wide application flow rate window). - 20+ Hz MS hardware scan rate in full scan mode across entire mass range (for fast sampling rates capability- NOTE however that the Real-time software will sample at 1Hz). - Off-axis electron multiplier ion detection (improved noise reduction). - Real-time capacitance manometer pressure monitoring and data logging of sample to 0.001 torr decimal places (pressure logging and post-run compensation). - High vacuum Isolation valve at the MS source prior to the direct gas-sampling interface (quick system adjustments without system venting). - On-site installation, support and training. - Quantity of 1. The provisions and clauses in the RFQ are those in effect through FAC 2005 - 87 This procurement is a total small business set-aside The NAICS Code and the small business size standard for this procurement are 334516/500 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 GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, CLEVELAND OHIO 44135-3191. All contractual and technical questions must be in writing (e-mail) to Scott Stidham not later than April 26, 2016 at NOON. Telephone questions will not be accepted. Offers for the items(s) described above are due by MAY 3, 2016 at NOON to scott.e.stidham@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 (APR 2014), 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), 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, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 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 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. Other critical requirements: MEETING ALL REQUIRED SPECIFICATIONS AS SPECIFIED. 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 (MAR 2015), 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. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16586001Q/listing.html)
 
Place of Performance
Address: NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, CLEVELAND, Ohio, 44135, United States
Zip Code: 44135
 
Record
SN04097244-W 20160429/160427234609-14829787f7f9682ad2d7db57278a9ca9 (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.