Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7, 2001 PSA #2931
SOLICITATIONS

66 -- DYNAMIC MECHANICAL ANALYZER, DMA 2980

Notice Date
September 5, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
3-176309A
Response Due
September 12, 2001
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756, Fax (216) 433-5489, Email Marilyn.D.Stolz@grc.nasa.gov
E-Mail Address
Marilyn D. Stolz (Marilyn.D.Stolz@grc.nasa.gov)
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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This notice is being issued as a Request for Quote (RFQ) for one Dynamic Mechanical Analyzer, DMA 2980 modular unit or equal consisting of the following: 1. Dynamic Mechanical Analyzer, DMA 2980 (part no. 926132.901) modular unit. Includes dual cantilever bending fixture, digital calipers, steel standards and torque meter. Includes time-temperature superpositioning data analysis program; 2. Three-point bending kit (part no. 984014.901) for DMA 2980; 3. Film and fiber tension kit (part no. 984016.901) for DMA 2980; 4. Air compressor (part no. 984350.901) for DMA 2980, 110V; 5. Gas cooling accessory with auto-fill capability (part no. 991400.902) for DMA 2980; 6. Multimodule control option (part no. 926002.901) for TA 5000; 7. If offering other than the name brand, the items shall have an independent unit for automated cooling for subambient temperature (to -50 degree C) performance evaluations; 8. One set of installation and operation manuals. The provisions and clauses in the RFQ are those in effect through FAC 97-27. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 339111 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 90 days ARO or sooner. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by September 12, 2001 4:30 pm local time and may be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-306, Cleveland, OH 44135 and 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. 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/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: (b)(4)...and Offerors quoting an "equal" item shall provide sufficient information that demonstrates that the "equal" item unit is fully compatible with the Government's existing thermal analysis system consisting of a TA Instruments 5000 Controller with a Windows NT 4.0 operating system, TA Instruments operating and analysis software, and TA Instruments Modulated DSC 2910 and TGA 2050 modules by demonstrating that: (a) the DMA unit interfaces directly with a PC employing a Windows NT operating system, (b) the DMA unit shall be controlled by TA Instruments Thermal Advantage operating software or that independent software and routines for instrument control, data acquisition and data analyses can co-exist with the TA Instruments Thermal Advantage operating software that currently resides on the same PC, (c) in addition to the availability of pertinent thermal analysis software for the DMA unit, output data shall be available in spreadsheet format and exportable into alternative software for thermal analyses, (d) the items shall have an independent unit for automated cooling for subambient temperature (to -50 degree C) performance evaluations. 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. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest after Award (31 U.S.C. 3553) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies (41 U.S.C. 10a -- 10d); 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C. 10a -- 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059,13067, 13121, and 13129); 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ 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 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. 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/ An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#3-176309A)
Record
Loren Data Corp. 20010907/66SOL005.HTM (D-248 SN50W8Z1)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on September 5, 2001 by Loren Data Corp. -- info@ld.com