Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2016 FBO #5420
SOLICITATION NOTICE

66 -- Field portable XRF instrument

Notice Date
9/23/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NN16598995Q
 
Archive Date
10/12/2016
 
Point of Contact
Matthew J Heagy, Phone: 6506041019, Umetria Thomas, Phone: 6506043001
 
E-Mail Address
matthew.j.heagy@nasa.gov, umetria.y.thomas@nasa.gov
(matthew.j.heagy@nasa.gov, umetria.y.thomas@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 one (1) field portable X-Ray Fluorescence ( XRF) instrument. The provisions and clauses in the RFQ are those in effect through FAC 2005-89 dated 15 August 2016. This procurement is a full and open requirement. The NAICS Code and the small business size standard for this procurement are 334516 and 1000 employees respectively. Specifications 1. OBJECTIVE: The NASA (Field Investigations to Enable Solar System Science & Exploration (FINESSE) program, led by the Planetary Systems Branch within the Division of Space Sciences & Astrobiology at NASA Ames Research Center, is conducting terrestrial analog fieldwork in volcanic terrains on Earth as analogs to understand the emplacement, history, and evolution of volcanic landforms on Earth as well as other planetary bodies in the Solar System. In situ measurements of a diverse suite of primary magmatic products and secondary alteration products can be empirically tied to aerial and orbtial obervations within the same spectral range. Pairing in situ observations of surface materials with coarse spatial resolution (15 meters) hyperspectral images and very high resolution multispectral images (0.3 - 1 meter) allows for the mapping of compositional variability at unprecedented spatial resolution and fidelity. This work requires a field portable XRF instrument to collect the extensive in situ measurments required for this work. The detection, characterization and mapping of rock compositions within terrestrial volcanic products allows for direct comparison to geologic processes on other planetary bodies. 2. SPECIFICATIONS (CLIN 0001): The field portable XRF instrument shall: · Have a minimum of four automated User selectable filters/secondary targets to allow the user to quickly optimize the unit’s sensitivity by up to a factor of 10000 to various elements and materials as low as Mg on the periodic table. · Allow one to easily eliminate exciting beam interferences, vary the depth of analysis and maximize material type analysis. · Require elemental sensitivity down to 1.2 keV without the need for the use of pressurized helium gas. · Be capable of measuring elements down to at least Mg · Have the highest low level sensitivity at the lowest exciting beam flux. · Have the capability of actively manually monitoring and analyzing the raw spectrum on the laptop computer with full scope advanced xrf analytical software, live, during the data acquisition. · Include sophisticated quantification and empirical calibration software; along with training on how to use that software. · Allow the user full control over all the parameters necessary to do sensitivity optimization including the use of user designed filters and secondary targets. · Include the ability to have a proven, portable built-in vacuum measurement · Have a He gas flow system to provide the maximum sensitivity to the low mass elements such as Mg through Ca. CLIN 0002 – Shipping Shipping to NASA ARC, Moffett Field, CA 94035 The offeror shall state in their offer their size status for this procurement. SUBMISSION INSTRUCTIONS: 1. Offers for the item(s) described above are due by Tuesday September 27, 2016, 4:30 p.m. PST, to Matt Heagy, Contract Specialist, at matthew.j.heagy@nasa.gov. and must include, solicitation number, FOB destination to this Center, 2. The offeror shall state in their offer their size status for this procurement. 3. Offerors must have current registration and Representations and Certifications in the website www.sam.gov, and provide the firm's DUNS number with their offer. 4. Quotes for the field portable XRF instrument shall be Firm Fixed Price (FFP) and be inclusive of FOB Destination, Delivery to NASA Ames Research Center, Moffett Field, CA 94035. 5. Submissions shall also include the delivery period, discount/payment terms, warranty duration (if applicable), 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://servermpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml. All responsible sources may submit an offer, which shall be considered by the agency. 6. Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. Clauses Incorporated by Reference: FAR 52.204-13, System for Award Management (SAM) Maintenance (July 2013) FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) FAR 52.212-1, Instructions to Offerors- Commercial Items (OCT 2015) 52.212-3, Offeror Representations and Certification- Commercial Items (JUL 2016) 52.212-4 -Contract Terms and Conditions -- Commercial Items (May 2015) 52.247-34, FOB Destination (NOV 1991) Clauses Incorporated by Full Text: FAR 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). Selection and award will be made to the lowest priced, technically acceptable offeror. In order to be found technically acceptable the offeror must provide the following: 1) All quoted items must meet or exceed the specification criteria set forth; and 2) offeror must show the ability to deliver the items within 6 weeks from award. Technical acceptability will be determined by a 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.. 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 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6, Notice of Total Small Business Aside, 52.219-8, Utilization of Small Business Concerns, 52.219-28, Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination. 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information. (JUL 2013) (a) As provided in paragraph (b) of the clause at 52.232-34, Payment by Electronic Funds Transfer - Other than System for Award Management, the Government has designated the office cited in paragraph (c) of this clause as the office to receive the Contractor's electronic funds transfer (EFT) information, in lieu of the payment office of this contract. (b) The Contractor shall send all EFT information, and any changes to EFT information to the office designated in paragraph (c) of this clause. The Contractor shall not send EFT information to the payment office, or any other office than that designated in paragraph (c). The Government need not use any EFT information sent to any office other than that designated in paragraph (c). (c) Designated Office: Name: NASA Shared Services Center (NSSC) Mailing Address: Financial Management Division (FMD)—Accounts Payable Bldg. 1111, Road C Stennis Space Center, MS 39529 Electronic Address: NSSC-AccountsPayable@nasa.gov (End of Clause) 52.252-2 Clauses Incorporated by Reference (FEB 1998) - Fill-in Text Reads as follows: the full text of a clause may be accessed electronically at this/these address(es): 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 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. NFS 1852.225-70 Export Licenses (FEB 2000) – Fill-in Text: NASA Ames Research Center NFS 1852.237-73 Release of Sensitive Information (JUN 2005) ARC 52.232-90 Submission of Invoices (JAN 2012) – (a) Invoices shall be prepared and submitted to the designated billing and payment office noted below in accordance with FAR 52.232.25 Prompt Payment clause: NASA Shared Services Center (NSSC) Financial Management Division (FMD)—Accounts Payable Bldg. 1111, Road C Stennis Space Center, MS 39529 Invoices shall include the Contractor's Taxpayer Identification Number (TIN). Electronic submission is preferred, via email NSSC-AccountsPayable@nasa.gov or fax 866-209-5415. A copy of the invoice shall be provided to the Contracting Officer. (b) In the event that amounts are withheld from payment in accordance with the New Technology clause or other provisions of this contract, a separate invoice for the amount withheld shall be required before payment of that amount is made. (c) This Contract does not provide for partial payments. If applicable, payments will be made in accordance with the following schedule: Payment will be made for separately priced items which have been received and accepted by NASA, and upon receipt of a payable invoice submitted in accordance with this clause. Prospective offerors shall notify this office of their intent to submit an offer. 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/ARC/OPDC20220/NN16598995Q/listing.html)
 
Place of Performance
Address: NASA ARC, Moffett Filed, California, 94035, United States
Zip Code: 94035
 
Record
SN04286114-W 20160925/160923235003-848bf97b7303c57fe48f6161a546b5d8 (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.