Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

66 -- OZONE BALLOON SENSORS SOL 1-074-CAE.5161 DUE 031299 POC Artistine Lethcoe-Reid, Purchasing Agent, Phone (757)-864-2432, Fax (757) 864-9774, Email A.LETHCOE-REID@larc.nasa.gov -- Sandra M. Glenn, Contracting Officer, Phone (757)-864-2413, Fax (757) 864-8863, Email S.M.GLENN@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-074-CAE.5161. E-MAIL: Artistine Lethcoe-Reid, A.LETHCOE-REID@larc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA Langley Center intends to purchase 110 Ozone Balloon Sensors with the following specifications: 1) Electrochemical concentration cell (ECC) ozone cells and pump, including batteries and interface connections designed to operate with the Vaisala manufacturing company RS 80-15GE channel radiosonde with the RSA 11 interface kit. The contractor shall also be able to replace defective units and repair or refurbish Electrochemical concentration cells instruments that fail to meet the following listed salient features: (1) The Electrochemical concentration cell (ECC) shall be two cell, iodide redox type with platinum electrodes; (2) The sampling pump shall be constructed of teflon; (3) The pump shall be capable of moving a volume of 200 ml of air per minute; (4) The sampling pump efficiency shall remain at unity plus/minus 2 percent from unity at 5 hPa; (5) The ECC cells and sampling pump shall be contained within a styrofoam enclosure having walls a minimum of 5 cm thick; (6) The sampling pump motor shall not require more than 100 microampheres of current after being operated for a period of 10 minutes; and (7) The sampling pump inlet and outlet ports shall be unencumbered of its mounting support so as to allow the teflon tubes sampling ambient air and the outlet port connecting the pump and sensor cells to be directly inserted without forcing a bend in either tube. The provisions and clauses in the RFQ are those in effect through FAC 97-10. This procurement is a total small business set-aside. The SIC code and the small business size standard for this procurement are 3812 and 750 employees respectively. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Delivery to NASA Langley Research Center, Hampton, VA is required within approximately 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations and/or Bids for the items(s) described above may be mailed or faxed to the identified point of contact and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), copy of price list, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Please note that payments are to be made by electronic funds transfer, accordingly, you must provide the mandatory information for electronic funds transfer with your representations and certifications. Failure to provide this information may delay or prevent the receipt of payments through the Automated Clearinghouse Payment System. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.211-16, 52.211-17, 52.219-6, 1852.215-84. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3. Questions regarding this acquisition must be submitted in writing no later than March 5, 1999. Quotations are due by 4:30 p.m., local time, March 5, 1999, to the address specified above and to the attention of the Bid Depository. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter s responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 02/25/99 (D-SN302323). (0056)

Loren Data Corp. http://www.ld.com (SYN# 0283 19990301\66-0016.SOL)


66 - Instruments and Laboratory Equipment Index Page