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

FIBER OPTIC STRAIN GAUGES AND DATA LOGGING


Synopsis/Solicitation Combo - Aug 14, 2008
On-Line RFQ - Posted on Aug 18, 2008
Response to Questions 8-15-08 - Posted on Aug 18, 2008
Respons to Question 8/21/08 - Posted on Aug 21, 2008
Response to Question 8/22/08 - Posted on Aug 22, 2008

General Information
Solicitation Number: NNS08265361Q
Posted Date: Aug 14, 2008
FedBizOpps Posted Date: Aug 14, 2008
Original Response Date: Aug 25, 2008
Current Response Date: Aug 25, 2008
Classification Code: 60 -- Fiber optics matls, components, assemb. and accessories
NAICS Code: 335921 - Fiber Optic Cable Manufacturing

Contracting Office Address
 
NASA Office of Procurement, Stennis Space Center, MS 39529-6000

Description
 
________________________________________ INSTRUCTIONS

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, which is issued as a Request for Quotation (RFQ) No. NNS08265361Q; quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin= . The information required by FAR Subpart 12.6 is included in the on-line RFQ. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The DPAS Rating for this procurement is DO-C9

Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-26.

NASA/Stennis Space Center, MS has a requirement for a Contractor to provide all resources necessary to supply the following in accordance with the terms and conditions of the solicitation: Supply and Delivery of Fiber Optic Strain and Corresponding Data Logging Instructions, Plus Fiber Optic Cable. Delivery is FOB Destination. The period of performance for this requirement is 45 days after placement of order. Contract Completion: The contract shall be considered complete when all items have been delivered and accepted by designated SSC personnel. An ombudsman has been appointed - See NASA Specific Note "B".

There will be only one award made for this requirement. This acquisition is unrestricted. The NAICS Code and Size Standard are 335921 and 1,000 Employees respectively. All responsible sources may submit a quotation which shall be considered by the agency.

All offeror questions regarding this acquisition must be submitted no later than 3pm local time on 8/25/2008. Questions submitted after this date/time will not be accepted. Questions must be submitted via e-mail to: marvin.l.horne@nasa.gov (cc: beth.l.bradley@nasa.gov). Faxed or telephoned questions will not be accepted.

All Quotes regarding this acquisition must be submitted no later than 3pm local time on 8/25/2008 to one of the following addresses:

Email:Marvin.L.Horne@nasa.gov

Mail: Marvin Horne DA20 Office of Procurement Bldg 1100 Rm 251H Stennis Space Center

Offerors are responsible for monitoring this site for the release of solicitation information and any associated documentation or amendments and for downloading their own copy of the same.

The following provisions and clauses are applicable to this solicitation.

Federal Acquisition Regulation (FAR) (48 CFR CHAPTER 2) Provisions: 52.212-1-- Instructions to Offerors –Commercial Items (Jun 2008), Applies to this acquisition along with the following addenda: (a) Past Performance Information and Relevant Experience Information shall include the name(s) and contact information for no more than one (1) recent (within three years from the offer due date) and relevant (as outlined in the Federal Acquisition Regulation) references (whether federal, state, or local government or private industry) for the prime contractor, and, if applicable, significant subcontractors. Schedule information shall include guaranteed delivery and/or completion dates to demonstrate the degree to which offer meets the government’s requirement. 52.212-2 - Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Past performance is less important than price 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jun 2008) 52.232-38 -- Submission of Electronic Funds Transfer Information with Offer (May 1999) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) 52.214-34 -- Submission of Offers in the English Language (Apr 1991) 52.214-35 -- Submission of Offers in U.S. Currency (Apr 1991)

NASA FAR Supplement (NFS) (48 CFR CHAPTER 18) Provisions: None

Federal Acquisition Regulation (FAR) (48 CFR CHAPTER 2) Clauses: 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2007), Applies to this acquisition along with the following addenda; Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: Administrative changes such as paying office, appropriation data, etc. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2008), Applies to this acquisition; with these additional FAR clauses marked: --52.222-3, Convict Labor (June 2003), --52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), --52.222-21, Prohibition of Segregated Facilities (Feb 1999), --52.222-26, Equal Opportunity (Mar 2007), --52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), --52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), --52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), --52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act (Aug 2007) with Alternate I (Jan 2004), --52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003). 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 52.204-7 -- Central Contractor Registration (Apr 2008) 52.247-34 -- F.O.B. Destination (November 1991)

NASA FAR Supplement (NFS) (48 CFR CHAPTER 18) Clauses: 1852.233-70 -- Protest to NASA (October 2002) 1852.237-73 -- Release of Sensitive Information (JUNE 2005)

Note “B” 1852.215-84 OMBUDSMAN NFS (OCT 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. (b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman,

Stennis Space Center Mr. Arthur (Gene) E. Goldman Phone: (228) 688-2123 E-mail: arthur.e.goldman@nasa.gov

Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman,

Director of the Contract Management Division Phone: (202) 358-0445 Facsimile: (202) 358-3083 E-mail: james.a.balinskas@nasa.gov

Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document. (End of Clause) 1852.223-72 Safety and Health (APRIL 2002) (a) Safety is the freedom from those conditions that can cause death, injury, occupational illness; damage to or loss of equipment or property, or damage to the environment. NASA’s safety priority is to protect: (1) the public, (2) astronauts and pilots, (3) the NASA workforce (including contractor employees working on NASA contracts), and (4) high-value equipment and property. (b) The Contractor shall take all reasonable safety and occupational health measures consistent with standard industry practice in performing this contract. The Contractor shall comply with all Federal, State, and local laws applicable to safety and occupational health and with the safety and occupational health standards, specifications, reporting requirements, and any other relevant requirements of this contract. (c) The Contractor shall take, or cause to be taken, any other safety, and occupational health measures the Contracting Officer may reasonably direct. To the extent that the Contractor may be entitled to an equitable adjustment for those measures under the terms and conditions of this contract, the equitable adjustment shall be determined pursuant to the procedures of the Changes clause of this contract; provided, that no adjustment shall be made under this Safety and Health clause for any change for which an equitable adjustment is expressly provided under any other clause of the contract. (d) The Contracting Officer may notify the Contractor in writing of any noncompliance with this clause and specify corrective actions to be taken. In situations where the Contracting Officer becomes aware of noncompliance that may pose a serious or imminent danger to safety and health of the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), or high value mission critical equipment or property, the Contracting Officer shall notify the Contractor orally, with written confirmation. The Contractor shall promptly take and report any necessary corrective action. The Government may pursue appropriate remedies in the event the Contractor fails to promptly take the necessary corrective action. (e) The Contractor (or subcontractor or supplier) shall insert the substance of this clause, including this paragraph (e) and any applicable Schedule provisions, with appropriate changes of designations of the parties, in subcontracts of every tier that exceed the micro-purchase threshold. (End of clause) FAR clauses and provisions may be accessed in full text electronically at http://farsite.hill.af.mil/vffara.htm NFS clauses and provisions may be accessed in full text electronically at http://farsite.hill.af.mil/vfnasaa.htm .

Quotations should reference the solicitation listed herein, FOB destination to Stennis Space Center, guaranteed delivery schedule, discount/payment terms, taxpayer identification number (TIN), and DUNS #.

To be eligible to receive an award resulting from this solicitation, Offerors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, via the Internet at http://www.ccr.gov .

ADDITIONAL INSTRUCTIONS ________________________________________ (a) Costs of quote preparation. This RFQ is not an order. This is a request for information, and quotations furnished are not offers. This RFQ does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. ________________________________________

________________________________________

Statement of Work Fiber Optic Strain Gauges and Data Logging

Description

Procurement of fiber optic strain gauges and corresponding data logging instrument, plus fiber optic cable.

Requirements

Technology Fabry-Perot Interferometry based (not fiber-bragg-grating or FBG). Sensor Specifications Strain range -1,000 to +1,000; -2,500 to +2,500; and -5,000 to +5,000 µm/m (micro-strain) Need units in all three ranges. Gauge Factor Accuracy ± 4 % to ± 10 % Better accuracy for shorter range. Resolution 1.0 µm/m Better resolution for lower range. Operating Temperature Range -40 °C to +240 °C Cable Specifications Cable sheathing High protection of fiber from bending or damage, and from outdoor conditions (rain, humidity to 100%, temperature range from -40 °C to 50 °C) Signal Conditioning and data transfer instrument Number of channels 8 Sampling rate Up to 250 samples/second Data Transfer protocol Ethernet bus Screen display Embedded Storage Temperature -20 °C to 70 °C Operating Temperature Range 0 °C to 50 °C Humidity 95% Output units µm/m (micro-strain) Remote Operation Software for transfer to remote PC plus support for in-house software code development to connect to unit and transfer data.

Amounts Needed Use these line items for Quotes

Item Amount Needed 0001 Signal Conditioning and data transfer instruments (8-chanels each) 9 units 0002 Fiber Optic Sensors 75 units 0003 Fiber Optic Cable 2,160 m

Period of Performance: 45 days after placement of order.

Ship To: All requirements herein shall be delivered to the following address FOB Destination:

John C. Stennis Space Center Attn: Fernando Figueroa (228-688-2482) Bldg. 2204 Receiving Dept. Stennis Space Center, MS 39529-6000 Reference Purchase Order No. TBD


Point of Contact
Name:Gerald L Norris
Title:Contracting Officer
Phone:228-688-1718
Fax:228-688-1141
Email:gerald.l.norris@nasa.gov

Name:Beth L Bradley
Title:Contracting Officer
Phone:228-688-1725
Fax:228-688-1141
Email: beth.l.bradley@nasa.gov

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