SOLICITATION NOTICE
59 -- EDDY CURRENT TEST INSTRUMENT
- Notice Date
- 7/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK07207831Q
- Response Due
- 7/20/2007
- Archive Date
- 7/5/2008
- Small Business Set-Aside
- Total Small Business
- 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 an Eddy Current Acquisition System, 1 each, as described below. This purchase shall include on-site training at the Kennedy Space Center. The salient characteristics for this system are as follows: 1. Eddy Current Test Instrument: (OMNI-200 EDDY CURRENT ACQUISITION SYSTEM or equal) ? Power: 110 VAC ? Environment: 32oF to 110oF operating range ? Four port 10/100 Ethernet Switch ? Eddy current data acquisition and analysis software ? Tubesheet builder/mapping software ? Supports 8 coil pairs ? Compatible with notebook PC ? Includes: ? Power cord ? Probe adapter/splitter ? Ethernet cable ? Certificate of Calibration ? Shipping case 2. Reference Probe Removal Feature: (OMNI-200-RPR or equal) 3. Probe Pusher:(TD-200 TRACKDRIVE-200 PROBE PUSHER or equal) ? Speed- .1 ips to 100 ips ? Controlled by acquision software 4. Bobbin Probe(ET BOBBIN PROBE FOR ID INSPECTION or equal) ? Probe capable of inspecting 30 ft. long, 3/8 in. ID, NON- ferrous tubing. (actual size will be provided prior to manufacturing probe) 5. Training: ? Onsite training for 5 days for up to 4 people. The Kennedy Space Center will provide the facility for this training. 6. Certificate of Conformance: In accordance with FAR 52.246-15, Certificate of Conformance (APR 1984), the Contractor shall provide a Certificate of Conformance with the delivery of the Eddy Current Test Instrument. The certificate shall read as follows: I certify that on ______ [insert date], the ____ [insert Contractor?s name] furnished the supplies or services called for by Contract No._____ via ____ [Carrier] on ________ [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification (part number), and are in the quantity shown on this or on the attached acceptance document. Date of Execution: _____________________________ Signature: _____________________________________ Title: _________________________________________ The provisions and clauses in the RFQ are those in effect through FAC 205-17. 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 334511 and 750 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to: NASA/KSC Transportation Officer J-BOSC Warehouse, Bldg M6-744 Kennedy Space Center, FL 32899 Delivery of all equipment and completion of training shall be required within 90 days ARO. Training shall be coordinated with Mr. James Sizemore, (321) 867-3689. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9E. Offers for the items(s) described above are due by 2:00 PM EDT on July 20, 2007 via mail to NASA/KSC, Mail Code OP-OS, Attn: Anthony Caruvana, Kennedy Space Center, FL 32899-0101 or via e-mail (perferred) to Anthony.M.Caruvana@nasa.gov. All quotes must include, solicitation number NNK07207834Q, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, DUNS number, 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 Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, 52.222-3, 52.222-21, 52.222-26, 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 [ENTER ANY OTHER CONTRACT REQUIREMENTS OR TERMS AND CONDITIONS] All contractual and technical questions must be in writing (e-mail or fax) to Anthony Caruvana not later than July 13, 2007. Telephone questions will not be accepted. Selection and award will be made on an aggregate basis 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, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. [OMBUDSMAN STATEMENT IS REQUIRED] An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#125693)
- Record
- SN01335470-W 20070707/070705221559 (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 |