SOLICITATION NOTICE
66 -- DYNAMIC PRESSURE TRANSDUCER
- Notice Date
- 9/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC10353853Q
- Response Due
- 9/27/2010
- Archive Date
- 9/22/2011
- Point of Contact
- Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov
- E-Mail Address
-
Bernadette J. Kan
(Bernadette.J.Kan@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 Quotation (RFQ) for 20 each dynamic pressuretransducers with the associated 80' cabling and signal conditioners. The signalconditioners, 19 rack mountable, will interface with the existing facility dataacquisition system. The vendor shall provide an on-going standard level of support i.e.telephone, e-mail, etc. For the transducer specs: 100 mV/psi resolution, accelerationcompensation, 0.218' diameter diaphragm, pressure range of 50 PSI in addition, Operatingtemperature range of transducer: -20 to +275 deg. F or better, Maximum over pressure ofat least 500 PSI, NIST traceable calibration with certs, and Resonant frequency of >=250 KHz. Other, compatible low noise cable (transducer to signal conditioner),compatible signal conditioners, Remote PC interface to signal conditioners with factorysupplied software is mandatory. It must be able to change gains remotely. Please providevendor contact information on one (1) reference from a similar transducer application.The provisions and clauses in the RFQ are those in effect through FAC 05-43. The NAICS Code and the small business size standard for this procurement are 334419, 500employees 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 GRC, ATTN:Receiving, 21000 Brookpark Road, Cleveland OH 44135 within 10weeks.Delivery shall be FOB Destination.Offers for the items(s) described above are due by midnight 9/27/2010 to NASA GRC, Attn: Bernadette Kan MS 60-1, 21000 Brookpark Road, Cleveland OH 44135 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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b. Destination. (NOV1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR2002), 1852.225-70 Export Licenses. (FEB 2000).FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003),52.219-28 Post Award Small Business Program Rerepresentation (APR 2009), 52.222-3 ConvictLabor (JUN 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities andRemedies (AUG 2007) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (FEB1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-36 Affirmative Actionfor Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-50 CombatingTrafficking in Persons (AUG 2007), 52.225-1 Buy American Act- Supplies (JUN 2003) (41U.S.C. 10a-10d), 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (MAY1999) (31 U.S.C. 3332.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) to BernadetteKan not later than 9/24/2010. 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 (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. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.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.Potentialofferors will 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/NNC10353853Q/listing.html)
- Record
- SN02293334-W 20100924/100923000239-0169b4be9928ee169a304b0434ca5752 (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 |