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

BONDED FOIL SENSING 1000KLBS DUAL BRIDGE LOAD CELL WITH BASE


Synopsis/Solicitation Combo - Oct 02, 2008
Amendment 01 - Posted on Oct 09, 2008
Specifications and Appendixes A and B - Posted on Oct 02, 2008

General Information
Solicitation Number: NNM09270297Q
Posted Date: Oct 02, 2008
FedBizOpps Posted Date: Oct 02, 2008
Original Response Date: Oct 10, 2008
Current Response Date: Oct 10, 2008
Classification Code: 66 -- Instruments and laboratory equipment
NAICS Code: 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

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 Qty. two (2) Bonded Foil Sensing 1000Klbs Dual Bridge Load Cell with Base. See uploaded specifications.

The provisions and clauses in the RFQ are those in effect through FAC 2005-26.

This procurement is a total small business set-aside.

The NAICS Code and the small business size standard for this procurement are 334513 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 Marshall Space Flight Center is required within 14 weeks ARO. Delivery shall be FOB Destination.

Offers for the items described above are due by 12:00 p.m. CST on 10/10/2008 to Joe McCollister at joseph.m.mccollister@nasa.gov 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 (JUNE 2008), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 52.204-7, 52.247-34, 1852.215-84, 1852.223-72, and 1852.237-73.

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. Addenda to FAR 52.212-4 are as follows: N/A.

FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.119-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, and 52.232-33.

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 Joe McCollister at joseph.m.mccollister@nasa.gov not later than 12:00 p.m. CST on 10/08/2008. Telephone questions will not be accepted.

Selection and award will be made to the lowest priced offeror who is also technically acceptable. Successful past performance will be part of technical acceptability. Technical acceptablity will be determined by the offeror's proposed technical drawing and successful past performance.

INSTRUCTIONS TO OFFORER:

EACH VENDOR SHALL PROVIDE, WITH HIS OFFER, AN ENGINEERING DRAWING OF THEIR PROPOSED LOAD CELL THAT ADDRESSES ALL PARAMETERS FOR THE BONDING FOIL SENSING 1000KLBS DUAL BRIDGE LOAD CELL WITH BASE. IF THE PROPOSED LOAD CELL IS NOT A STANDARD PRODUCT AS PRESENTED IN THE VENDOR'S CATALOG OR WEB SITE BUT RATHER A “NEW DESIGN” OR “CUSTOM BUILD” THE VENDOR MUST SUBMIT, IN ADDITION TO THE ENGINEERING DRAWING, THE FOLLOWING:

1) A comprehensive finite analysis of the proposed load cell that addresses all specification issues attached to this RFQ. The analysis must demonstrate thru test data that the “new design” or “custom build” will meet all parameters included in the Specification for a Bonded Foil Sensing 1000Klbs Dual Bridge Load Cell With Base.

2) Provide documented history of proof of capability and capacity to fabricate, fully test, calibrate and warranty the load cell described in the Specification for a Bonded Foil Sensing 1000Klbs Dual Bridge Load Cell With Base. This documented history shall include any sub-vendors used by the competing vendor. This shall be facilitated by the vendor providing examples of previously manufactured and tested load cells of similar scope and complexity as required by the Specification for a Bonded Foil Sensing 1000Klbs Dual Bridge Load Cell With Base.

THE OFFEROR SHALL ALSO SUBMIT PAST PERFORMANCE INFORMATION IN ACCORDANCE WITH APPENDIXES A AND B (ATTACHED TO THIS RFQ).

Failure of the competing vendor to respond accordingly shall result in the vendor’s proposal being declared “technically unacceptable”.

Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), 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=62 . 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:Betty C. Kilpatrick
Title:Contract Specialist
Phone:256-544-0310
Fax:256-544-6062
Email:betty.c.kilpatrick@nasa.gov

Name:Marianne R. Campbell
Title:Contract Specialist
Phone:256-544-6496
Fax:256-544-0236
Email: Marianne.R.Campbell@nasa.gov

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