SOLICITATION NOTICE
66 -- PXI CONTROL AND DATA ACQUISITION SYSTEM
- Notice Date
- 6/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC12437196Q
- Response Due
- 7/9/2012
- Archive Date
- 6/21/2013
- Point of Contact
- Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-2480, Email sandra.a.brickner@nasa.gov
- E-Mail Address
-
Sandra A Brickner
(sandra.a.brickner@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. NASA/GRC intends to solicit and negotiate only with Small Business resellers of the Brand Name manufacturer, National Instrument, under the authority of FAR 6.302-1 (c) - Brand Name. The government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for a PXI Control and Data Acquisition System that includes the following parts numbers from National Instruments: (Also attached is spreadsheet listing duplicate National Instruments part numbers, for ease of reading). All quantities are 1 (one) unless otherwise noted: 1) 779730-01,NI PXIe-1065, 18-Slot 3U PXIe/PXI Chassis, 2) 763000-01,United States 120VAC Power Cord, AC, U.S., 120 VAC, 2.3 meters, 3) 781946-01, Standard Temp, 500 GB SATA Hard Drive, (Upgrade) 500 GB 2.5 in SATA Hard Drive Upgrade 4) 960903-02,Standard NI Standard System Assurance Program for PXI, 5) 781478-04 NI PXIe-8133, NI PXIe-8133 Core i7-820QM 1.73 GHz Controller, Win 7 (32-Bit), 6) 781403-2048,4 GB (Add 2 GB), Replacement/Upgrade 2 GB of DDR3 RAM for PXIe-8133 and PXIe-8115, 7) 776678-35,NI LabVIEW Professional Development System for Windows, English, Include 1 Year SSP, 8)781901-02, AIT PXI-C1553-3U-2-EF, 2 Channel 1553 PXI Interface Module from AIT (Extended Function), 9) 782118-01,NI PXIe-4357,NI PXIe-4357 RTD Input Module, 10) 778512-01,NI PXI-6733,NI PXI-6733 with 8 16-Bit Waveform Analog Outputs, 11) 778572-66, NI PXI-2566NI, PXI-2566 16 ch Form C Relay Module, 12) 778985-01, NI PXI-8431/4, 4 Port, RS485/RS422 Serial interface, 13) 779538-01, NI PXI-8432/, 2000V Isolated RS232, 4 Port Serial Interface, 14) 779547-01NI PXI-6255,(80 Analog Inputs, 24 Digital I/O, 2 Analog Outputs) 15) 780688-02,NI PXI-8513/2, CAN Interface, Software-Selectable, 2 Port 16) 781348-01, NI PXIe-4353, 32-Ch Thermocouple Input, 17) Qty 5, 781337-01, NI PXIe-4300, 8-Ch 300V Isolated Analog Input 18) Qty 3, 781338-02, TB-4300B (300V), NI TB-4300B Terminal Block for PXIe-4300, 300V Input, 19) Qty 2, 781338-01, TB-4300 (10V), NI TB-4300 Terminal Block for PXIe-4300, 10V Input, 20) 781349-01, TB-4353 NI TB-4353 Isothermal Terminal Block for PXIe-4353, 21) 778717-66,TB-2666,TB-2666 Terminal Block for NI PXI-2566, 22) 782119-01, NI TB-4357 Terminal Block Accessory for PXIe-4357, 23) Qty 3, 776844-01,SCB-68, SCB-68 Noise Rejecting, Shielded I/O Connector Block, 24) 780041-01, CAN Breakout Box, NI CAN Breakout Box 7-Port for CAN, DeviceNet, and CANOpen, 25) 184749-02, SH68-68-EP Cable (2m)SH68-68-EP, Shielded Cable, 2 m, 26) 192061-02, SHC68-68-EPM Cable (2m), SHC68-68-EPM Shielded Cable, 68-D-Type to 68 VHDCI Offset, 2 m, 27) 191945-02, SHC68-68 Cable (2m) SHC68-68, Twisted Pair Cable with Basic Shielding, 2 m, 28) 183283-01, RS485/RS422 Null Modem Cable (1m), RS485 Null-Modem Cable, DB-9 Female to DB-9 Female, 1m, 29) Qty 2, 192017-02, NI CAN Single Termination Cable (2m, NI CAN Single Termination, High-Speed Cable, 2m, 30)779720-01, NI PXIe-8370, x4 MXI-Express for PXI Express Interface, 31) 779730-01, NI PXIe-1065, 18-Slot 3U PXIe/PXI Chassis, 32) 763000-01, United States 120VAC, Power Cord, AC, U.S., 120 VAC, 2.3 meters, 33) 779720-01, NI PXIe-8370, x4 MXI-Express for PXI Express Interface, 34) 779725-03, PXI Express Copper Cable for PXI Express (x4) Control (3m), x4 MXI-Express Cable, 3m, 35) 960903-02, Standard NI Standard System Assurance Program for PXI Delivery will be to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135. Delivery shall by FOB Destination. The provisions and clauses in the RFQ are those in effect through FAC 2005-58 This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334515 and 500 employees 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. Offers for the items(s) described above are due by Close of Business (COB) July, 9, 2012 to NASA Glenn Research Center, ATTN: Sandra A. Brickner, 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 authorized company representative. Offerors are encouraged to use the Standard Form 1449, Slicitation/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. 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. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.O.B Destination (NOV 1991), 1852.215-84 Ombudsman. (NOV 2011), 1852.223-72 Safety and Health (Short Form). (APR 2002), 1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of Sensitive Information. (JUN 2005) FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Subcontractor Awards (JUL 2012) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). 52.209-10 Prohibition of Contracting with Inverted Domestic Corporatons, (MAY 2012) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a), 52.219-28 Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)(E.O 13513), 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) 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 Sandra Brickner not later than July 5, 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)). NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The installation Ombudsman is Kirk Seablom who may be reached by phone at 216-433-5593 or email at Kirk.D.Seablom@nasa.gov 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. http://prod.nais.nasa.gov/pub/pub_library/Omb.html
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12437196Q/listing.html)
- Record
- SN02783011-W 20120623/120622000207-4022533183fe354b8f5d9c688de02fc3 (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 |