Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2015 FBO #4989
SOLICITATION NOTICE

66 -- AUTOMATED DYNAMIC GRAVIMETRIC MULTI-VAPOR SORPTION UNIT

Notice Date
7/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA15549924Q-AKK
 
Response Due
8/4/2015
 
Archive Date
7/20/2016
 
Point of Contact
Karen Klaas, Contracting Officer, Phone 650-604-6474, Fax 650-604-3020, Email karen.klaas@nasa.gov - Elizabeth A Baierl, Contracting Officer, Phone 650-604-5082, Fax 650-604-0932, Email Elizabeth.A.Baierl@nasa.gov
 
E-Mail Address
Karen Klaas
(karen.klaas@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 one Automated Dynamic Gravimetric Multi-vapor Sorption Unit to satisfy the following requirements: 1.Method: Gravimetric 2.Reliability: Provide published peer-reviewed data of multiple measurements taken using proposed Sorption Unit of water isotherms on 13x zeolite. 3.Operating Temperature: Shall provide a controlled and stable temperature environment for experiments up to 200 degrees C. 4.Degas Temperature: Shall allow preheater temperature up to 400 degrees C. 5.Vacuum and turbo molecular pump: produce pressure from 10 one/thousandth Torr to 1000 Torr. 6.Microbalance: Resolution of 0.1 mcg. 7.Vacuum: Dynamic range of 150 mg. 8.Analytical capability: Shall analyze both gas (e.g. carbon dioxide) and water vapors. 9.Operational mode: Shall have the ability to run at both dynamic and static mode for use alongside a spectrometer for multicomponent analysis. 10.Degas: In-situ degas prior to analysis. 11.DFT analysis: Upgradeable to perform Density Functional Theory (DFT) analysis for carbon pore size analysis including effects of surface heterogeneity. 12.Computer: Dell PC with Window 7 and SVGA flat panel monitor 13.Analysis software: Knudsen Vapour Pressure Analysis, DVS ISO Activity Analysis, DVS Heat of Sorption Analysis, DVS Surface Area Determination (BET), Diffusion Analysis, DVS Surface Energy Determination (PiE), Amorphous Content Analysis, Activation Energy Analysis. 14.Isotherm software : BET Analysis (Brunauer-Emmet-Teller), Reference Analysis, GAB Analysis (Guggenheim-Anderson-DeBoer), Langmuir Analysis, DF Analysis (Double Freundlich), Empirical Analysis, DR Analysis (Dubinin-Radushkevich), Young & Nelson Analysis, Micropore Analysis, Analysis Database, Mesopore Analysis,Empirical Analysis Models: Chirife Equation, Kuhn Equation, Smith Equation, Bradley Equation, Freundlich Equation, Frenkel-Halsey-Hill Equation, Henderson Equation, Oswin Equation. 15.Report format: Excel or.txt. 16.The analyzer must be enclosed within a temperature control chamber. 17.Installation: Equipment set-up and initial training upon delivery. 18.Technical support: Representative within the United States shall be available by phone 24 hours return call and onsite visit available within one week from request. The provisions and clauses in the RFQ are those in effect through FAC 2005-83. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334516, Analytical Laboratory Instrument Manufacturing, 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. The offeror shall state in their offer their size status for this procurement. Offerors must have current registration and Representations and Certifications in the website SAM.gov, and provide the firms DUNS number with their offer. Delivery to Ames Research Center, Moffett Field, CA 94035 is required within 45 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by August 4, 2015 at 4pm Pacific Time. Offers shall be submitted via email to Karen Klaas at karen.klaas@nasa.gov no later than the date and time provided. Only electronic receipt of offers will be accepted. Submit offers in Adobe PDF format. Each file cannot exceed 10 MB in size, limit five (5) files. Offerors shall submit a Firm Fixed Price, inclusive of delivery and installation, pursuant to the requirement description. Offers 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.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 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 (May 2015), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Invoices shall be prepared, and payments will be made in accordance with the Prompt Payment Clause of this contract. Invoices shall be sent to NASA Shared Services Center (NSSC) address as specified in the contract for electronic payment of funds pursuant with FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). 52.247-34 (NOV 1991), F.o.b. Destination FAR 52.212-5 (May 2015), 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-Tier Subcontract Awards (JUL 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (AUG 2013) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). 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-System for Award Management (JUL 2013) (31 U.S.C. 3332). Applicable NASA FAR Supplement clauses are: 1852.215-84 (NOV 2011), Ombudsman. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 1852.223-70, Safety and Health (APR 2002). 1852.225-70, Export Licenses (FEB 2000). 1852.227-86, Commercial Computer Software Licensing (DEC 1987). 1852.237-73, Release of Sensitive Information (JUN 2005). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Karen Klaas not later than July 27, 2015. 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 and price. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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). 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/p ub_library/Omb.html. Note: DUNS number will be used to verify offerors current registration in SAM.gov pursuant to FAR clause 52.212-3Offeror Representations and CertificationsCommercial Items (MAR 2015). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm Information about major upcoming ARC procurement actions is available at http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA15549924Q-AKK/listing.html)
 
Record
SN03802561-W 20150722/150720234629-7a3faa3c8084ee7ff2467c7caf6a80b0 (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.