NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

IMAGING SPECTROGRAPH AND DIGITAL INTENSIFIED CCD CAMERA SYSTEM


Synopsis/Solicitation Combo - May 22, 2008

General Information
Solicitation Number: NNC08246295Q
Posted Date: May 22, 2008
FedBizOpps Posted Date: May 22, 2008
Original Response Date: May 29, 2008
Current Response Date: May 29, 2008
Classification Code: 66 -- Instruments and laboratory equipment
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

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 Princeton Instruments spectrometer system or fully equal consisting of one each of the following items: PI-MAX 1024RB-18-FG-43 digital intensified CCD camera system, Acton Standard Series SP-2758 imaging spectrograph and monochromator, ST-133B/U-PTG-DUAL ICCD USB2 controller, ARC-9N option, 750-1-240-240 ruled grating, 750-1-120-300 ruled grating, 750-1-120-500 ruled grating, adjustable fiber adapter 10mm ARC-FC-446-020, SPEC-MNT-PIMAX spectroscopy mount, F-MNT-PIMAX pi-max f-mount, WinSpec/32 software for Microsoft Windows 2000/XP, USB2-5M communications port with meter cable. NASA intends to trade in one each of the following items: Photometrics CCD camera model CH-250 s/n A96F5004, Photometrics liquid circulation pump model LCU1 s/n A96E389, Photometrics CCD camera model CE200A s/n A96F5506.

The provisions and clauses in the RFQ are those in effect through FAC 05-25.

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 offeror shall state in their offer their size status for this procurement.

All responsible sources may submit an offer which shall be considered by the agency.

Delivery to NASA GLENN RESEARCH CENTER BLDG 21 21000 BROOKPARK RD CLEVELAND, OH 44135 is required within 60 days ARO. Delivery shall be FOB Destination.

Offers for the items(s) described above are due by noon, Thursday, 5-29-08 to NASA GLENN RESEARCH CENTER M/S 500-306 21000 BROOKPARK RD CLEVELAND, OH 44135 and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference.

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 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable.

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.htm

All contractual and technical questions must be in writing (e-mail or fax) to Konrad Mader not later than 5-28-09. Telephone questions will not be accepted.

Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by 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.

Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed -- See NASA Specific Note "B".

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/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Grigory Adamovsky
Title:Program Manager
Phone:216-433-3736
Fax:216-433-8643
Email:gadamov@grc.nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: