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