SOLICITATION NOTICE
53 -- Lithium-ion battery Gas Analysis System - Technical Requirements for Gas Chromatograph
- Notice Date
- 6/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
- ZIP Code
- 77058-3696
- Solicitation Number
- NNJ16589629Q
- Archive Date
- 7/16/2016
- Point of Contact
- Aubrie Henspeter, Phone: 281.244.7275, Marta Choma,
- E-Mail Address
-
aubrie.henspeter@nasa.gov, marta.choma@nasa.gov
(aubrie.henspeter@nasa.gov, marta.choma@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Technical Requirements for Gas Chromatograph 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. NASA/JSC is issuing a Request for Quotations (RFQ) for the following Commercial item: The required system is built by Agilent Technologies, Model 7890B Series Gas Chromatograph with dual flame ionization and thermal conductivity detectors. The gas analysis system will be used in the battery test facility for the immediate analysis of battery test gases. This Gas Chromatograph must be customized and is required to analyze air and gas samples from the ESTA battery abuse test chamber and analyze for impurity content. The customized analyzer must be able to produce quantitative results of battery electrolytes and decomposition gases. This system has to be turn-key, user friendly, and the user interface and test method must be optimized for use by non-chemists. See attached for technical requirements. This procurement is a total small business set-aside. The NAICS Code and Size Standard are 334516 and 500, respectively. All responsible sources may submit a quotation which shall be considered by the agency. Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), 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 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUN 2016), 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, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-16, 52.223-18, 52.225-1, 52.225-2, 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 the lowest priced, technically acceptable offeror, with acceptable past performance. 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 (APR 2016) 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. All contractual and technical questions must be submitted in writing marta.choma@nasa.gov to Marta Choma not later than June 29, 2016, Telephone questions will not be accepted. Offers for the items(s) described above are due by July 1, 2016 to Aubrie Henspeter at aubrie.henspeter@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed milestone schedule, 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 NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/00d29f7feb1dd5737be69477b107b41c)
- Place of Performance
- Address: 2121 NASA Parkway, Houston, TX 77058, Houston, Texas, 77058, United States
- Zip Code: 77058
- Zip Code: 77058
- Record
- SN04163622-W 20160629/160627235159-00d29f7feb1dd5737be69477b107b41c (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 |