Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1998 PSA#2116

NASA/Goddard Space Flight Center, Code 219, Greenbelt, MD 20771

66 -- PORTABLE LIDAR FOR AEROSOL DETECTION SOL RFQ916-76999-921 DUE 070898 POC Maria L. Westman, Contract Specialist, Phone (301) 286-0532, Fax (301) 286-1739, Email Maria.L.Westman.1@gsfc.nasa.gov -- Deborah A. Bittner, Contract Specialist, Phone (301) 286-5387, Fax (301) 286-1739, Email Deborah.A.Bittner.1@gsfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GSFC/date.html#RFQ916-76999-921. E-MAIL: Maria L. Westman, Maria.L.Westman.1@gsfc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Require one (1) each portable lidar for aerosol detection that is capable of automatic scanning of the sky using built in motors. The lidar must be transportable in its own reusable packing containers on a commercial passenger aircraft. The lidar must contain a data interface to standard commercially available Zintel or Macintosh based computers through the standard serial or paralled port shipped with the computer. It must require no special interface electronics beyond what is contained in the electronics package. The lidar package must come with all software necessary to operate, calbrate, acquire and store data, and graphically display the results as a 2-dimensional image. The lidar must be operable in a variety of weather conditions without requiring special shielding for rain for operating periods of at least 30 minutes. The lidar must be effective in the height detection of clouds and thin aerosol layers (smoke, dust, and sulfates of optical depths 0.3 or greater) at altitude up to 10 km and be able to operate in both full daylight (sun) and at night. The lidar and all electronics must at least operate from standard AC power lines (115 volts 60 cycles). The lidar must come with all manuals and include 2 days of on-site training for the use and maintenance of the unit and setup of all mechanical, optical, and software components by personnel from the company supplying the lidar. The lidar must have at least a one-year guarantee on all parts with an additional available option for extended service. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3829 and 500 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to GSFC is required within 120 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact office, by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product quoted is other than domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. Questions regarding this acquisition must be submitted in writing no later than 06/23/98. Quotations are due by 07/08/98, 4:30pm, to the address specified above and to the attention of Maria Westman. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: lowest priced, technically acceptable, and can meet the delivery schedule. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). (0162)

Loren Data Corp. http://www.ld.com (SYN# 0360 19980615\66-0021.SOL)


66 - Instruments and Laboratory Equipment Index Page