SOLICITATION NOTICE
66 -- INFRARED WINDOW
- Notice Date
- 6/14/2012
- 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
- NNC12436626Q
- Response Due
- 7/2/2012
- Archive Date
- 6/14/2013
- Point of Contact
- Garnette A Dutton, Buyer, Phone 216-433-2828, Fax 216-433-5489, Email Garnette.A.Dutton@nasa.gov - Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-5489, Email Antoinette.M.Niebieszczanski@nasa.gov
- E-Mail Address
-
Garnette A Dutton
(Garnette.A.Dutton@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- 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). NASA Glenn Research Center has a need to acquire three (3) Infrared Windows with Hardware which includes: The following are the specs for the IR windows: There are two (2) optional sizes. We would prefer a bevel cut. Will only need to purchase one of the following, depending on price: Qty Description Option 1: 3 5'-OD ZnSe window with mounting hardware, thickness 0.5 inch, 3-12 micron coating, step cut on one side of window to 4'-ID as per attached drawing. Option 2: 3 6'-OD ZnSe window with mounting hardware, thickness 0.5 inch, 3-12 micron coating, step cut on one side of window to 5'-ID as per attached drawing. Must provide safety analysis to verify integrity of window for the following tunnel conditions: 12 psig (2 psia one side of window, ambient pressure other side Operating temperature ranges between 50 deg F to 90 deg F The provisions and clauses in the RFQ are those in effect through FAC _2005_-58. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334516 FAC 05-58 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery will be to NASA Glenn Research Center, 21000 Brookpark Rd, Cleveland OH 44135. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:30 p.m. on July, 2, 2012 to 21000 Brookpark Rd, 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 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 (FEB 2012), 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 (FEB 2012), 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 or fax) to Garnette Dutton not later than June 22, 2012. 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, price, and past performance. 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 (FEB 2012), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will be responsible for downloading their own copy of this combination synopsis/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/NNC12436626Q/listing.html)
- Record
- SN02776467-W 20120616/120615000300-d73718b4f99d36309a924d9609e1653b (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 |