Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2008 FBO #2264
SOLICITATION NOTICE

66 -- BLACKBODY SOURCE

Notice Date
2/5/2008
 
Notice Type
Solicitation Notice
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA08227188Q-AMT
 
Response Due
2/27/2008
 
Archive Date
2/5/2009
 
Point of Contact
Hai-Nam Tran, Purchasing Agent, Phone 650-604-6474, Fax 650-604-0912, Email Hai-nam.H.Tran@nasa.gov - Starr Strong, Contracting Officer, Phone 650-604-4699, Fax 650-604-0912, Email Starr.L.Strong@nasa.gov
 
E-Mail Address
Email your questions to Hai-Nam Tran
(Hai-nam.H.Tran@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 an extended-area blackbody source for NASA-Ames Advanced Aircraft Projects Office. Specifications for the Blackbody source must include: Aperture Size: The blackbody aperture size shall be 14 in. by 14 in. or larger. Absolute Temperature Range: The blackbody emitting surface temperature shall be adjustable. The minimum absolute temperature range shall be from 10 degrees C to 80 degrees C. Emitting Surface Emissivity: The blackbody emitting surface emissivity shall be 0.95 or greater from 3?? to 5??, and from 8?? to 12??, at normal incidence. Temperature Resolution: The temperature set-point of the blackbody emitting surface shall have a resolution of at least 0.01 degrees C. The actual emitting surface temperature shall be displayed with a resolution of at least 0.01 degrees C. Calibration Accuracy: The calibration shall be NIST traceable, and the total uncertainty of the surface temperature measurement shall be no greater than ?? 0.3 degrees C. Short Term Stability: The emitting surface temperature shall not vary by more than ?? 0.02 degrees C over a period of 15 minutes after the temperature has stabilized at the set point. Slew Rate including Settling Time: The slew rate, including settling time, shall be less than 120 seconds for a 10 degree C temperature change. Power Requirement: The blackbody shall operate using standard single-phase, 220 volt, 60 Hz AC power. The current draw shall not exceed 20 amps. Emitter Weight: The blackbody emitter weight shall not be greater than 90 Lbs. Computer Control: The blackbody temperature set point shall be remotely adjustable under computer control using an IEEE 488/GPIB interface. A user manual shall be provided with programming instructions for remote operation over the GPIB interface. Acceptance and Inspection: NASA shall conduct acceptance testing to demonstrate and verify that the product operates as specified. NASA shall notify the Contractor in writing within fifteen (15) business days following delivery of the acceptance test results. The Contractor shall have the right to attend the acceptance testing and to technically direct the operation of the furnished product. If acceptance testing shows that any specifications are not met, the Contractor shall promptly repair the product. Warranty: The contractor shall warrant that the blackbody system delivered under this procurement conforms to the published specifications and is free from defects for a period of 365 days from the date of product delivery to NASA. The contractor shall warrant all repairs and spare or replacement parts provided under this procurement for a period of 90 days from the date of product delivery to NASA. Deliverables for this study are as follows: All primary extended-area Blackbody sources shall be communicated to the government two weeks after the contract is awarded. The provisions and clauses in the RFQ are those in effect through FAC 05-23. The NAICS code is 423410 and 100 respectively. The offeror shall state in their offer their business size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center, are required within 20 weeks after award of contract. Deliveries shall be FOB Destination. Offers for the items(s) described above are due by 3:00PM PDT, February 27, 2008, and must include solicitation number, by any of the following: mailed to NASA Ames Research Center, Attn: Mr. Hai-Nam Tran, Mail-Stop 241-1, Building 241, Room 209, Moffett Field, CA 94035-1000; or faxed to (650) 604-0912; or e-mailed to Hai-Nam.H.Tran@nasa.gov and must include: solicitation number, FOB destination to this Center, proposed 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. 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 (DEC 2007) Instructions to Offerors-Commercial Items, 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 (DEC 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (DEC 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.225-1, 52.225-13, and 52.232.34 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 The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman, (Insert: Lewis Braxton (650) 604-5068); NFS 1852.223-72, Safety and Health (Short Form); NFS 1852.237-73, Release of Sensitive Information. All contractual and technical questions must be submitted in writing to Mr. Hai-Nam Tran (e-mail to Hai-Nam.H.Tran@nasa.gov or fax to (650) 604-0912) no later than 3:00PM PDT, February 27, 2008. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, past performance, and price. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be may be obtained via the internet at URL: http://orca.bpn.gov/ . Please indicate on quotation if the vendor??s Representations and Certifications have been entered at ORCA. Offerors must currently be registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at http://www.ccr.gov Offerors must submit a completed ACH form with their quotation, with their firm's banking information for the electronic funds transfer (EFT) or any future invoice payment. An ACH form is available at http://www.fms.treas.gov/pdf/3881.pdf All successful offerors must file a 2007 VETS-100 Report with the US Department of Labor, http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site for the release of solicitation amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#128649
 
Record
SN01500693-W 20080207/080205224622 (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.