Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

66 -- Gas Chromatograph-Isotope Ratio Mass Spectrometer (GC-IRMS)

Notice Date
9/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA17625475Q
 
Point of Contact
Matthew J Heagy, Phone: 6506041019, Justin Pane, Phone: 6506045621
 
E-Mail Address
matthew.j.heagy@nasa.gov, justin.pane@nasa.gov
(matthew.j.heagy@nasa.gov, justin.pane@nasa.gov)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for one Gas Chromatograph-Isotope Ratio Mass Spectrometer (GC-IRMS). Requirement Specifications: The GC-IRMS must meet the following criteria: Must have an IRMS including universal Carbon, Nitrogen, Oxygen, and Sulfur CNOS) triple collector and computer package with computer hardware (no printer) with software suite included. The IRMS must be high sensitivity, high linearity, 3 kV. Must have a universal interface for intelligent management and auto-switching of required reference gases (CO2, N2), as well as automated control of dilution gases required to enable measurement of the largest possible dynamic range of concentrations from all automated sample preparation devices. Must be capable of Compound-Specific Isotope Analyses (CSIA) via a GC configured with combustion (CN) reactor. The GC must incorporate all steps required to ensure that chromatographic resolution is maintained post-GC, and that quantitative conversion of all CN compounds is achieved. GC must be capable of split/splitless injection. Must interface with a combustion Elemental Analyzer (EA) for bulk stable isotope analyses of C and N. The EA must have four drums that allows for analysis of up to 125 samples and a zero blank autosampler to remove background contamination from CO2 and N2 from air. Must have a 10 kVA three phase isolation transformer and power conditioner. Must have one year full parts and labor warranty. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-95 dated 13 January 2017. This procurement is a full and open requirement. The NAICS Code and the small business size standard for this procurement are 334516 and 1000 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 firm's DUNS number with their offer. Quotes for the Gas Chromatograph-Isotope Ratio Mass Spectrometer (GC-IRMS) shall be Firm Fixed Price (FFP) and be inclusive of FOB Destination, Delivery to NASA Ames Research Center, Moffett Field, CA 94035. Offers for the item(s) described above are due by Tuesday September 26, 2017, 4:00 p.m. PST, to Matt Heagy, Contract Specialist, at matthew.j.heagy@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery period, discount/payment terms, warranty duration (if applicable), 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: https://app_gsagov_prod_rdcgwaajp7wr.s3.amazonaws.com/SF1449-12a2.pdf. All responsible sources may submit an offer, which shall be considered by the agency. FAR 52.212-1 (JAN 2017), Instructions to Offerors-Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation Commercial Items (OCT 2014), Selection and award will be made to the lowest priced, technically acceptable offeror. In order to be found technically acceptable the offeror must provide the following: 1) All quoted items must meet or exceed the specification criteria set forth; and 2) offeror must show the ability to deliver the items within 12 weeks from award. Technical acceptability will be determined by a 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. Those offerors providing an item "equal" to the stated requirement must provide descriptive literature showing the item meets the specifications in accordance with FAR 52.211-6, Brand Name or Equal or be considered non-responsive. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2017). FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are also incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt I), 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunity for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American-Supplies, 52.225-13 Restrictions on certain foreign purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 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.html 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. Prospective offerors shall notify this office of their intent to submit an offer. 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/ARC/OPDC20220/NNA17625475Q/listing.html)
 
Record
SN04686961-W 20170922/170920232416-56fc0c36cce20b872bbc3568ac7f3897 (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  © 1994-2020, Loren Data Corp.