Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

66 -- HIGH ENERGY PIV LASER AND TOMOGRAPHIC PIV SOFTWARE

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA15562929Q-RAJ
 
Response Due
9/25/2015
 
Archive Date
9/17/2016
 
Point of Contact
Rachel A. Jandron, Contract Specialist, Phone 650-604-2655, Fax 650-604-0912, Email rachel.a.jandron@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Rachel A. Jandron
(rachel.a.jandron@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 a higher energy laser needed for conducting volumetric particle image velocimetry (PIV) measurements and an upgrade to an existing license (DaVis 8 stereo PIV to tomo PIV) to process tomographic PIV images acquired using DaVis software. The specifications are listed below: 1) Nd: YAG Dual Cavity pulsed laser - 2x1000 mJ/pulse @532 nm (from physically separated heads), external beam combination optics housing (containing dichroic mirror sets, wave plates, 2nd harmonic generator, and 1064 nm water cooled beam dump), 10Hz pulse rate. 2) Tomographic PIV Software: processing license upgrade, includes pre-processing filters, Volume Self-Calibration, 3D image volume reconstruction (MLOS, MnLOS, MTE, FAST MART and multi-pass MART algorithms), volume correlation, and 3-D vector post- processing algorithms to glean instantaneous 3-component velocity measurements throughout a finite measurements volume. Supports images from up to 8 cameras. The provisions and clauses in the RFQ are those in effect through FAC 2005-83. This is a 100% small business set aside RFQ. All responsible small business sources may submit an offer. The NAICS Code and the small business size standard for this procurement are 334519, Other Measuring and Controlling Device Manufacturing and 500 employees respectively. 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 www.SAM.gov, and provide the firms DUNS number with their offer. Delivery to NASA Ames Research Center, Moffett Field, CA 94035 is required within eight weeks following award. Delivery shall be FOB Destination. SUBMISSION OF OFFERS: Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. This RFQ includes addendum to FAR 52.212-1, as follows: Only electronic receipt of offers will be accepted. Submit offers in MS Word or Adobe pdf format. Each file cannot exceed 10 MB in size, limit five (5) files. Email offers to Rachel.A.Jandron@nasa.gov no later than 12:00pm (noon) Pacific Time on September 25, 2015. All offers must include the following minimum information: itemized Firm Fixed Prices for the required items, including all shipping and handling charges, complete description, specifications, and product documentation of offered items, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, DUNS, identification of any special commercial terms, and be signed by an authorized company representative. Include the names and contact information for customers who have purchased the offered items in the past two years. 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)). 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 (DEC 2014), 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 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: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 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), 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Representation (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 (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 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) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 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. 1852.223-72, Safety and Health (Short Form (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). All contractual and technical questions must be in writing (e-mail) to Rachel Jandron not later than September 21, 2015. Telephone questions will not be accepted. 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). 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/NNA15562929Q-RAJ/listing.html)
 
Record
SN03890663-W 20150919/150917235248-c566ac45a15b0cb854a5156b2280d188 (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.