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