Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2013 FBO #4400
SOLICITATION NOTICE

66 -- 120 KHZ COBALT NOZZLE AND GENERATOR

Notice Date
12/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC14496481Q
 
Response Due
12/20/2013
 
Archive Date
12/9/2014
 
Point of Contact
Brian Evans, Contract Specialist, Phone 216-433-2407, Fax 216-433-5093, Email brian.m.evans@nasa.gov - Kurt A. Straub, Chief - Research Space Operations Branch, Phone 216-433-2769, Fax 216-433-2480, Email Kurt.A.Straub@nasa.gov
 
E-Mail Address
Brian Evans
(brian.m.evans@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) for: 120 Khz Kobalt nozzle (Quantity of 3), Broad Band Ultrasonic Generator (free standing unit, 110 to 240 VAC input, Quantity of 2) and M12-BNC cable (Quantity of 2). NASA Glenn Research Center is planning to upgrade the fuel injection capability for its Particulate Aerosol Laboratory burner in order to produce a more uniform and smaller fuel spray drop size distribution. The required atomizer will be required to handle corrosive acidic materials such as would be found in High Sulfur Jet Fuel. The ability to handle 5% H2SO4 (or equivalent acid) for 1,000 hours run time is required. The controllable liquid feed rate required is 0.25 to 3 mL/min. A 50% number median diameter of 20 microns or less is required. The capability of a gaseous co-flow for spray shaping is required. Specifications: 1)Provide a droplet median diameter of 20 microns or less for 50% of the droplets; 2)Flow rate from 0.25 to 2.5 mL/min; 3)Capable of handling 5% H2SO4(or equivalent acids such as HCl) for 1,000 hours without degradation; 4)Gaseous co-flow; 5)Adjustable nozzle for flow shaping; 6)Removable nozzle assembly; 7)Capability of solid loadings as high as 5%; 8)Capability to handle 120 psig pressure throughout the system. <p> The provisions and clauses in the RFQ are those in effect through FAC 2005-69. <p> This procurement is a total small business set-aside. <p> The NAICS Code and the small business size standard for this procurement are 33999 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. <p> All responsible sources may submit an offer which shall be considered by the agency. <p> Delivery to 21000 Brookpark Rd, Cleveland, Ohio 44134. Delivery shall be FOB Destination. <p> Offers for the items(s) described above are due by Dec 20, 2013 to 21000 Brookpark Rd, Cleveland, Ohio 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 <p> Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. <p> 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. <p> FAR 52.212-4 (JUL 2013), Contract Terms and Conditions-Commercial Items is applicable. <p> FAR 52.212-5 (AUG 2013), 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 52.209-10 Prohibition of Contracting with Inverted Domestic Corporations 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child LaborCooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds TransferSystem for Award Management <p> The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html <p> The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm <p> All contractual and technical questions must be in writing (e-mail) to Brian Evans no later than Dec 19, 2012. Telephone questions will not be accepted. <p> 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. Other critical requirements: It is critical that offerors provide adequate detail to allow evaluation of their offer and have the items delivered by Feb 28, 2014. (SEE FAR 52.212-1(b)). <p> Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. <p> 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. <p> 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). <p>
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14496481Q/listing.html)
 
Record
SN03248092-W 20131211/131209234059-ab7a7f08b33c5b7c7d6b5d7ed082da0d (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.