COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23, 2000 PSA #2711
SOLICITATIONS
70 -- FOURIER TRANSFER INFRARED SYSTEM -- "ADEPE WAIVER APPROVED"
- Notice Date
- October 19, 2000
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- 1-0-E3-C9019
- Response Due
- November 9, 2000
- Point of Contact
- Andrea Tobias, Contract Specialist, Phone (256) 544-7519, Fax (256) 544-8688, Email andrea.tobias@msfc.nasa.gov -- Michael R. Sosebee, Contracting Officer, Phone (256) 544-0415, Fax (256) 544-8688, Email michael.sosebee@msfc.nasa.gov
- E-Mail Address
- Andrea Tobias (andrea.tobias@msfc.nasa.gov)
- 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). ITEM 1. Quantity: 1. P/N = 912A0419. NEXUS 670 FTIR Spectrometer Mainframe. It must include the following: Vectra-Plus interferometer, 0.125CM-1 Spectral resolution, continuous dynamic alignment, auto tune, talon beamsplitter locking mechanism, internal beamsplitter storage case, automated/continuous variable aperture, dual detection access hatch, sample compartment electronics interface, interface card and cable, standard MID-IR optics {7400-350 CM-1}, everglo source, GE-OB-KBR beamsplitter, DTGS detector with KBR window, single detector optics, sealed desiccated optical bench {KBR Optics}, standard purged system including purge regulator, Nexus english language kit. Must also include onsite installation and three days of onsite training. ITEM 2. Quantity: 1. P/N = 833-009200. Instrument Control System. This must include the following: Advanced Omnic E.S.P. CD Software package, advanced workstation with windows NT4, Intel Pentium III 700mhz processor, 128MBYTE of SDRAM, 22GBYTE hard drive, 8MB 2X AGP graphics, 32X max CD-ROM, 16 bit stereo sound and external speakers, 1.44 MB 3.5" floppy, advanced monitor, 19" flat square tube, 10/100 ethernet, internal travan style, 20GB IDE tape drive and one tape, compac deskpro minitower chassis, PS/2 style keyboard and mouse, two USB ports, two 9 pin serial ports, one printer port, 0.22mm horizontal dot pitch, plug and play MPR2 and energy star, maximum resolution of 1600 x 1200, and three year warranty. Must be compatible with line item one. ITEM 3. Quantity: 1. P/N = 869-083600. The accessories must be included with the system. HP deskjet 11 x 17 color printer 120V/240V, HP Deskjet 1220C or equal, HP IEEE 1284 cable, omnic quantpad CD, smart miracle, GE crystal, smart golden gate, ZNSE, smart accessory software CD, Nicolet 10 Meter Gas cell with KBR windows, smaple compartment accy purge kit, Nicolet 2 meter gas cell, Nicolet FTIR sampling kit II {deluxe starter kit}, omni transmision for the NExus. Must be compatible with line item one and item two. ITEM 4. Quantity: 1. Software libraries and books. The system must include the folowing: coatings technology library, polymers, polymer additives, and plasticizers library, rubber compounding materials condensed phase library, aldrich solvent library lubricants and oils library, and surfactant library. The system must also come with the following: FTIR spectroscopy book, introduction to IR and RAM an spectroscopy book, pratical sampling techniques for IR analysis book, the aldrich library of FTIR spectra book, FTIR search project package, FTIR spectral interpretation training clas, FTIR gas analysis training class. All of thses must be compatible with line item number 1,2, and 3. The provisions and clauses in the RFQ are those in effect through FAC 97-19. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334516 and 500, 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 MSFC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:30 p.m. November 9, 2000 and may be mailed or faxed to National Aeronautics and Space Administration, Marshall Space Flight Center, PS22-I/Andrea Tobias, Marshall Space Flight Center, AL 35812 or send fax to 256-544-8688 and 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. 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/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: 52.213-91, NFS 1852.211-70 and 1852.214-71. Reserve paragraph(s) (d), (e), (f), (h), and (i) in 52.212-1. If the end product(s) quoted is other than domestic end product(s) 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. Addenda to FAR 52.212-4 are as follows: 52.232-90, NFS 1852.246-71, FAR 52.204-4, 52.211-15 and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.222-21, FAR 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.225-3. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than October 26, 2000. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. 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 NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) 1. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#1-0-E3-C9019)
- Record
- Loren Data Corp. 20001023/70SOL001.HTM (D-293 SN5046X7)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on October 19, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|