Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2009 FBO #2782
SOLICITATION NOTICE

66 -- ONE 3 AXIS FORCE AND MOMENT MEASUREMENT SYSTEM

Notice Date
7/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA09295393Q-AMG
 
Response Due
7/27/2009
 
Archive Date
7/7/2010
 
Point of Contact
Christine M Benavides, Purchasing Agent, Phone 650-604-5807, Fax 650-604-0932, Email christine.m.benavides@nasa.gov - Rachel Khattab, Contracting Officer, Phone 650-604-5237, Fax 650-604-0932, Email rachel.khattab@nasa.gov<br />
 
E-Mail Address
Christine M Benavides
(christine.m.benavides@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.This notice is being issued as a Request for Quotations (RFQ) for One 3 Axis force andmoment measurement system. This multicomponent force measurement system will be used formeasuring 3 orthogonal force components and 3 orthogonal moments. The force transducershall be able to measure dynamic or quasistatic forces. The system shall include 4 force links for measuring 3 orthogonal forces each, 8-channelcharge amplifier, connectors and cables for connecting sensors to amplifier. Mounting andadapter plates for force links will be provided by others. Tranducers Performance Specifications shall include: 1.Force measurement range: 25 N 2.Moment measurement range: 100 mNm3.Transducer natural frequency: 5 kHz4.Rigidity, each axis: > 250 N/m5.Linearity, each axis +/- 0.5% FS6.Hysteresis, each axis +/- 0.5 % FS7.Crosswalk <2%Signal Conditioning Specifications shall include: 1.8 channel charge amplifier 2.Analog summing calculator for 6 component output from 8 measurements 3.Output format: +/- 10V4.Signal filter: 100 HzThe provisions and clauses in the RFQ are those in effect through FAC 2005-33. The NAICS Code and the small business size standard for this procurement are 334519 and500 respectively. The offer or shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Ames Research Center is required within 35 days ARO. Delivery shall beFOB Destination.Offers for the items(s) described above are due by 4:30pm on July 24, 2009 toChristine.m.Benavides@nasa.gov or to NASA Ames Research Center Attn: Contract SpecialistChristine M. Benavides, M/S 241-1/207, Moffett Field, CA 94035-1000 and must 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 authorizedcompany 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. 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 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26,52.222-36, 52.222-50, 52.223-15, 52.223-16, 52.225-13, 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 All contractual and technical questions must be in writing (e-mail or fax) toChristine.M.Benavides@nasa.gov (650) 604- 0932 not later than 4:30pm on July 14, 2009. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe 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 (JUNE 2008), 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. Alternatively, the offeror may submit their representation and certificationsonline to the ORCA database at: https://orca.bpn.gov/, and note in your quotation thatthis document has been filed online.An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for therelease of solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA09295393Q-AMG/listing.html)
 
Record
SN01867301-W 20090709/090708000757-3ee9c53883d8c06d4793a6eef6d7c40b (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.