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

INDUCTIVE POWER DEVICE


Synopsis/Solicitation Combo - Dec 17, 2008
Amendment 01 - Posted on Jan 12, 2009 New!
Question regarding installation of pressure/vacuum - Posted on Jan 12, 2009 New!

General Information
Solicitation Number: NNC09ZRX006Q
Posted Date: Dec 17, 2008
FedBizOpps Posted Date: Dec 17, 2008
Original Response Date: Jan 15, 2009
Current Response Date: Jan 20, 2009
Classification Code: K -- Modification of 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/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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement IS set aside for small business. If you are viewing this solicitation on the fedbizops website, you must check the NASA Business website for amendments, attachments and forms (this is due to the fedbizops software design). http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offerors responsibility to check the NASA Business website for any amendments.

This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation.

GENERAL SPECIFICATION (Inductive Power Device for a Five-Axis Dynamic Spin Rig)

The Contractor shall furnish one (1) Inductive Power Device and (1) delivery and installation to GRC.

SPECIFICATIONS

1. The device shall be used in lieu of slip rings to transfer power to the rotating shaft-hub-rotor system (rotating frame) from the stationary laboratory frame. 2. The same device shall be used in lieu of slip rings to transfer data between the rotating shaft-hub-rotor system and the stationary laboratory frame. 3. The device shall simultaneously provide adequate electric power in the rotating frame for 9 piezoelectric actuators and 9 piezoelectric sensors. The required minimum power for each piezoelectric actuator is 10 Watts. The required minimum power for each piezoelectric sensor is 1 Watts. 4. The device shall provide a minimum of +/- 200 VAC peak-to-peak for each of the 9 piezoelectric actuators, and a minimum of +/- 10 VAC peak-to-peak for each of the 9 piezoelectric sensors. 5. The device shall transfer 9 channels of data from the rotating frame to the stationary frame at a minimum rate of 10 KHz. The device shall receive 9 channels of data from the stationary frame to the rotating frame at a minimum rate of 10 KHz. 6. The device shall be securely mounted on a 3 inch diameter Spin Rig rotor shaft. The outer diameter of the device shall not exceed 7 inches. The total length of the device along the shaft shall not exceed 7.5 inches. 7. The device shall operate at all shaft rotational speeds between 0 and 1500 rpm, with a future optional upgrade path to a maximum of 10,000 rpm. 8. The device shall operate inside a high vacuum environment (0.005-.02 psia) and at all ambient pressures up to a maximum of 2 atmospheres. 9. The device shall operate at all ambient temperature of 15 - 30 deg. C 10. The device shall be capable of continuous operation for a minimum of 4 hour with a maximum required shutdown of 0.5 hours between successive operations. 11. The device shall not generate more than 100 Watts of heat to be dissipated. 12. The contractor shall visit the NASA GRC lab and inspect the existing Five-Axis Dynamic Spin Rig prior to beginning fabrication of the Inductive Power Device. 13. The contractor shall install and set-up. In addition, they shall give NASA GRC a minimum of one weeks notice before installation.

DELIVERY SCHEDULE AND FOB POINT Delivery to NASA Glenn Research Center is required within 14 weeks of the date of award. Delivery shall be FOB Destination, NASA Glenn Research Center.

SOLICITATION INSTRUCTIONS Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15 percent of the total price for the item. If you require payment in advance, do NOT exceed this limitation.

Note for those proposing shipping costs: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately.

Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to state sales tax or laws of a specific state. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement.

Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices.

Note to those offering installation at the Government facility: The proposed price SHALL include all necessary travel, per diem amounts, labor etc. In your proposal clearly state the number of people and number of days they will be installing the equipment at NASA GRC. Clearly state any travel costs and whether these are air fare or other mode of transportation and the per diem rate used. Per diem rates can be found at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC

The provisions and clauses in the RFQ are those in effect through FAC 2005-26 The NAIC code is 334513 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency.

The DPAS rating for this procurement is DO-C9.

Offers for the items(s) described above are due by Thursday, January 15th, 2009 at 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-319, Cleveland, OH 44135, and include on the envelope the solicitation number. Faxed offers are acceptable. They can be faxed to Jeffrey Hoyt at 216-433-2480.

Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offer should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number, Representations and Certifications, identification of any special commercial terms, description of items offered per 52.212-1 (and as modified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the “track changes” feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes.

A copy of a published price list, catalog price or computer page printout showing the price for the Inductive Power Device may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides an offer).

Offerors shall provide the information required by FAR 52.212-1, “Instructions to Offerors—Commercial Items.”

Offerors may cite the web site that demonstrates all specifications are met for the item offered in lieu of providing a paper copy. Web sites that are not viewable for any reason for up to 5 business days after the offer due date may result in the offer being determined to be non-responsive.

If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin.

Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: “The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any.” The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://orca.bpn.gov .

FEDERAL ACQUISITION REGULATIONS APPLICABLE:

FAR 52.212-4, “Contract Terms and Conditions—Commercial Items,” (Feb 2007) is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b. Destination. (NOV 1991)

52.219-28 Post-Award Small Business Program Rerepresentation (June 2007)

1852.215-84 Ombudsman. (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, Dr. Sunil Dutta SDB/HBCU Program Manager and Small Business Technical Advisor Phone: 216-433-8844 FAX: 216-433-2946 Email: Sunil.Dutta-1@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, the Director of the Contract Management Division, at 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.

1852.223-72 Safety and Health (Short Form). (APR 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.

1852.225-70 Export Licenses. (FEB 2000)

(a) The Contractor shall comply with all U.S. export control laws and regulations, including the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance.

(b) The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed on-site at NASA Glenn Research Center 21000 Brookpark Rd. Cleveland, Ohio 44135, where the foreign person will have access to export-controlled technical data or software.

(c) The Contractor shall be responsible for all regulatory record keeping requirements associated with the use of licenses and license exemptions/exceptions.

(d) The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors.

FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items,” (June 2007) is applicable. As prescribed in 12.301(b)(4), insert the following clauses:

a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78)

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)).

52.222-3, Convict Labor (JUN 2003) (E.O. 11755).

52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126).

52.222-21, Prohibition of Segregated Facilities (FEB 1999).

52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).

(i) 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts).

52.225-1, Buy American Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d).

52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

(37) 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332).

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

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

SELECTION

Evaluation—Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror on a BEST VALUE basis. Selection and award will be made to that offeror whose offer will be the most advantageous to the Government, with consideration given to the factors of technical capability of the item(s) offered to meet the specifications, price, past performance and best value requirements: faster delivery schedule and additional maintenance or warranty periods shall also be considered. Selection and award will be made (on an aggregate basis). The awardee is required to have a technically acceptable offer and have acceptable past performance. Technical acceptability will be determined by a review of the information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Technical, past performance and best value, when combined, are approximately equally important to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)

MISCELLANEOUS Questions regarding this acquisition must be submitted in writing no later than 5 days after the posting date of this notice.

Ombudsman has been appointed -- See NASA Specific Note "B".

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 can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html


Point of Contact
Name:Jeffrey D Hoyt
Title:Contract Specialist
Phone:216-433-5576
Fax:216-433-2480
Email:jeffrey.d.hoyt@nasa.gov

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