Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2010 FBO #3168
SOLICITATION NOTICE

66 -- VACUUM INSTRUMENT CORPORATION MODEL MS-50 DRY HIGH PRODUCTION CONSOLEHELIUM LEAK DETECTOR OR EQUAL

Notice Date
7/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10347241Q1
 
Response Due
8/4/2010
 
Archive Date
7/26/2011
 
Point of Contact
Erica Sykes, Contracting Officer, Phone 216-433-5873, Fax 216-433-2480, Email erica.d.sykes@nasa.gov - Timothy C. Pierce, Contracting Officer, Phone 216-433-2147, Fax 216-433-5489, Email Timothy.C.Pierce@nasa.gov
 
E-Mail Address
Erica Sykes
(erica.d.sykes@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 a VACUUM INSTRUMENTCORPORATION (VIC) MODEL MS-50 DRY HIGH PRODUCTION CONSOLE HELIUM LEAK DETECTOR OR EQUALconsisting of the following salient characteristics: Item #11.Shall be capable of detecting, measuring, and quantifying helium gas leak rates atpressures up to and including 100 torr.2.Shall be capable of detecting, measuring, and quantifying helium gas leak rates as lowas 1x10-10 atm-cm3/s3.Shall be capable of detecting, measuring, and quantifying helium gas leak rates asgreat as 1x10-2 atm-cm3/sec.4.Shall be capable of being calibrated with an external calibrated leak >9.9x10-4atm-cm3/s.5.Shall have a top mounted test port.6.Test port shall be a NW25 connection.7.Mass spectrometer shall have a minimum of two (2) filaments.8.Shall be capable of interfacing with a computer for remote control and data output:RS-232 or USB port.9.All pumps shall be oil-free dry pumps.10.The leak detector shall be mobile (easily moved; not mounted).11.Power shall be: 115V 60 Hz.12.Internal calibration standard shall be temperature compensated.13.Shall be capable of continuous operation for at least 90 hours without additionalcalibration.14.Helium, in gross leak detection mode, shall not pass through a mechanically variablepath before detection.15.Measurable noise shall be less than 70db (A) three (3) feet from unit in anydirection.16.Unit shall have a real time visual display of the helium leak rate.Item #21. Vendor shall provide a detailed user manual (Included with price for item #1)The provisions and clauses in the RFQ are those in effect through FAC 2005 42B-43A.The NAICS Code and the small business size standard for this procurement are 334513 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135, isrequired. Delivery shall be FOB Destination.Offers for the items(s) described above are due by August 2, 2010 to Erica D. Sykes,erica.d.sykes@nasa.gov and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems 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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. 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) to Erica D. Sykes,erica.d.sykes@nasa.gov. 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, past performance, and delivery. It is critical that offerors provide adequatedetail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors quoting 'Equals' shall provide descriptive literature, brochures, etc. insufficient detail to demonstrate compliance with salient characteristics. Offerors maycite the web site(s) that demonstrates all salient characteristic are met for the itemoffered in lieu of providing a paper copy. Web sites and or web pages of the offereditem(s) that are not viewable for any reason for up to 3 business day after the offer duedate may result in the offer being determined to be non-responsive. Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10347241Q1/listing.html)
 
Record
SN02217469-W 20100728/100726234826-76b73dca4dfab373f38cdf0c8dbf22d1 (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.