SOLICITATION NOTICE
66 -- FLEXIM PORTABLE CLAMP-ON INTRUSIVE GAS FLOW METERS AND TRANSDUCERS AND OTHERSUPPLIES
- Notice Date
- 1/9/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334514
— Totalizing Fluid Meter and Counting Device Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK15536245Q
- Response Due
- 1/26/2015
- Archive Date
- 1/9/2016
- Point of Contact
- Susan J. Wall, Contracting Officer, Phone 321-867-3306, Fax 321-867-1166, Email susan.j.wall@nasa.gov
- E-Mail Address
-
Susan J. Wall
(susan.j.wall@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 the below listed Flexim brand name products. IMPORTANT NOTE: Please read this RFQ thoroughly and address and provide all requested information and documentation.Please do not take ANY exceptions to the RFQ. If you do not provide the information and documentation requested in this RFQ and/or if you take any exceptions to the RFQ, your quote will be considered non-responsive and may NOT be considered. NOTE: Item No. 1 is for use with Item Nos. 2 thru 10. No assembly or installation of items are required. Offerors shall submit, with their quote/offer, detailed copies of Warranties for each offered item. ITEM NO. 1: Flexim Part # US-G6018.PF, FLUXUS G608 Portable Clamp-on Gas Flow Meter, Quantity/Unit: 2 Each; ITEM NO. 2: Flexim Part # GLP-NF2NL-000, Pair of Type P Portable Clamp-On Gas Flow Transducers, Quantity/Unit: 2 Each; ITEM NO. 3: Flexim Part # GLQ-NF2NL-000, Pair of Type Q Portable Clamp-On Gas Flow Transducers, Quantity/Unit: 2 Each ITEM NO. 4: Flexim Part # GLK-NF2NL-000, Pair of Type K Portable Clamp-On Gas Flow Transducers, Quantity/Unit: 2 Each; ITEM NO. 5: Flexim Part # US-DMPKIT.2, Roll of Dampening Material for Gas Measurement, Quantity/Unit: 2 Each; ITEM NO. 6: Flexim Part # US-DMPKIT.1, Roll of Dampening Material for Gas Measurement, Quantity/Unit: 2 Each; ITEM NO. 7: Flexim Part # MOU-VLM-RS-SSK2, PermaRail Type M Mounting Track, Quantity/Unit: 2 Each; ITEM NO. 8: Flexim Part # MOU-VLQ-RS-SSK1, PermaRail Type Q Mounting Track, Quantity/Unit: 2 Each; ITEM NO. 9: Flexim Part # 751034-2, Portable VarloFix Mounting System, Quantity/Unit: 4 Each; ITEM NO. 10: Flexim Part # 751033-9, Magnets for K, G, H VarloFix Mount System, Quantity/Unit: 4 Each; and ITEM NO. 11: FOB Destination, Shipping Cost to NASA, Kennedy Space Center, FL 32899, Quantity/Unit: 1 Lot. As requested above, please submit detailed copies of the Warranties for each offered item with your quote/offer. NOTE: Brand Name Justification for Flexim brand name products. All items required to be manufactured by Flexim. The Flexim portable clamp-on gas flow meters and transducers (above Item No.s 1-4) are required as they are portable (easily assembled and disassembled in multiple locations); and are the clamp-on, non-intrusive style (does not interfere with gas flow path).The required Flexim products also have unique specifications that other name brand products do not have: they utilize both lamb and shear wave ultrasonic flow measurement technology which allows for the required bi-directional flow measurement (with no reduction in accuracy or precision) of gaseous nitrogen, gaseous helium, and gaseous oxygen through ANSI Pipe Schedule XX thick wall pipe. This bi-directional flow measurement capability with all mentioned gases (nitrogen, helium, and oxygen) with the ability to measure through ANSI Pipe Schedule XX thick wall pipe are all requirements of NASA as to the required products. There are no other known manufacturers of portable clamp-on gas flow meters and transducers that offer products that meet all the above mentioned features/specifications other than Flexim. In addition, the required products must be fully compatible with NASA, KSCs existing National Instruments (NI) LabVIEW software currently in use in NASAs existing NI data acquisition systems; and once assembled all required products must be fully compatible for spares for use interchangeably with NASAs existing Flexim portable clamp-on gas flow meters and transducer assemblies that have identical specifications as the required Flexim products. There are no other known manufacturers that offer products that meet all of the above mentioned requirements as to compatibility with existing software, systems, and assemblies. The products in above Item No.s 5-10 are supplies to be used with the Flexim manufactured portable clamp-on gas flow meters and transducers (above Item No.s 1-4) and are also required to be manufactured by Flexim. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334514 and 500 employees respectively. The Offeror shall state in their offer their size status for this procurement. Delivery to NASA, Kennedy Space Center, Florida 32899 is required within 7 weeks ARO. Delivery shall be FOB Destination. The provisions and clauses in the RFQ are those in effect through FAC 2005-78. NOTE: Offerors shall provide the information required by FAR 52.212-1 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 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 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, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3 Alt 1, 52.225-13, and 52,232-33. NASA Clause 1852.215-84 Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All responsible sources may submit an offer which shall be considered by the agency. All contractual and technical questions must be in writing by email to Susan J. Wall/Contracting Officer not later than January 14, 2015. Telephone questions will not be accepted. Offers for the items(s) described above are due by 4:30 p.m. ET on January 26, 2015 to Email Address: susan.j.wall@nasa.gov at NASA, Mail Code OP-ES 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://www.gsa.gov/portal/forms/type/TOP Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the Offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK15536245Q/listing.html)
- Record
- SN03612411-W 20150111/150109234000-362e887051938c55bf0cf60ca31563c1 (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 |