SOLICITATION NOTICE
66 -- ENGINE EXHAUST PARTICLE SIZER SPECTROMETER
- Notice Date
- 5/6/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC08247793Q
- Response Due
- 5/21/2008
- Point of Contact
- Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-5489
- E-Mail Address
-
sandra.a.brickner@nasa.gov
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.This notice is being issued as a Request for Quotations (RFQ) for: Qty. 1, TSI model 3090Engine Exhaust Particle Sizer Spectrometer (EEPS) or equivalent.The item shall meet the following specifications: 1. Detection particle size range : 5.6 nm to 560 nm2. Particle concentration range: 200 to 1x10 to the 7th power particles/cm to the 3rdpower3. Particle concentration accuracy: +/- 10% at <1x10 to the 7th power particles/cmto the 3rd power 4. The particle size resolution shall be 16 channels per decade (32 total) or better5. The time resolution shall be 10 size distribution or better6. The charger mode of operation shall be non-radioactive unipolar diffusion charger 7. The inlet sample flow: up to 10 L/min 8. The instrument shall come with a 32-bit measurement and analysis software. Thesoftware will operate under MS Windows XP or better9. The instrument shall have built-in sampling pump10. The instrument shall have USB, Ethernet or RS-232 availability11. The instrument shall be capable of operation over the pressure range from 0.75 to1.05 atmospheres and from 10 to 52 degrees C of sample temperature12. The instrument shall work at ambient humidity from 0 to 90% RH (non-condensing)13. Front-panel color LCD display showing particle size distribution, operating parametersettings and instrument status14. The instrument shall be equipped electrical analog input, output and external triggerchannels15. The instrument shall work with 100 to 240VAC and require 250W maximum16. The instrument shall be compact size due to the space limitation of laboratory orfield test. The weight of instrument shall not exceed 32 kg. The dimension of instrumentshall not exceed 71 cm (H) x 35 cm (W) x 45 cm 17. The system shall be capable of remote controllable18. The system shall be a standard production item, not a one -off or prototypeinstrument. This requirement is dictated by the fact that the test facility has a limitedresident support staff. The instrument shall be fully supported by the manufacturer nowand in the future19. The system shall be warranted for one year includes parts and labor20. Delivery time shall be less than 10 weeksThe provisions and clauses in the RFQ are those in effect through FAC 05-25. All responsible sources may submit an offer which shall be considered by the agency. Delivery of item shall be to the NASA Glenn Research Center, 21000 Brookpark Road,Cleveland, OH 44135 (Receiving, Bldg. 21). The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by May 21, 2008, 4:30 p.m. EST and may beemailed to Sandra.A.Brickner@nasa.gov or faxed to (216) 433-5489 and must include,solicitation number, proposed delivery schedule, discount/payment terms, warrantyduration, taxpayer identification number (TIN), CAGE code, DUNS Number, identification ofany special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1are as follows: None. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28 Post Award Small BusinessProgram Representation, 52.222-3 Convict Labor (June2003), 52.222-19 Child Labor--Cooperatoin with Authorities and Remedies; 52.222-21,Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29U.S.C. 793); 52.222-50 Combating Trafficking in Persons 22.1705 (a); 52.225-1 buyAmerican Act--Supplies; 52.232-34, Payment by Electronic Funds TransferOther thanCentral Contractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing (e-mail or fax) to SandraBrickner not later than May 19, 2008. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageiousto the Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (See FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.http://genesis.gsfc.nasanote.html
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2b1102d02d73701ee585f017fdbfecb3&tab=core&_cview=1)
- Record
- SN01567538-W 20080508/080506220353-2b1102d02d73701ee585f017fdbfecb3 (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 |