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

VACUUM SPIRAL ORBIT TRIBOMETER


Synopsis/Solicitation Combo - Apr 20, 2006

General Information
Solicitation Number: NNG06147977Q
Posted Date: Apr 20, 2006
FedBizOpps Posted Date: Apr 20, 2006
Original Response Date: May 05, 2006
Current Response Date: May 05, 2006
Classification Code: 66 -- Instruments and laboratory equipment
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing

Contracting Office Address
 
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771

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: 1 EA Vacuum Spiral Orbit Tribometer. Specifications: A Vacuum Spiral Orbit Tribometer for accelerated testing of lubricants in a vacuum or controlled atmosphere environment. The Tribometer must measure the friction coefficient in rolling contact, relative degradation rates of liquid lubricants, wear rates of solid lubricants, and cross bearing electrical resistance. The tribometer must measure the friction coefficient to 3 significant figures or better, must measure wear rates, and must measure cross bearing electrical resistance to 10 ohms or better. The Tribometer must use a single ball, driven in an opening spiral orbit, and flat plates to mimic rolling and pivoting motions seen in an actual angular contact bearing. The Tribometer must be able to perform tests according to the ASTM specification entitled “Standard Test Method for the Tribological Behavior and the Relative Lifetime of a Fluid Lubricant”. The test specimens must be reusable after repolishing. The Tribometer must operate at loads from 10 to 225 N, must have ball orbit speeds between 0 and 100 PRM, must operate at ambient temperature, must provide vacuum levels down to 10-9 torr or choice of cover gas up to 1 atmosphere. The Tribometer must work with ball sizes from 3.175 to 19 mm. The Tribometer must be a stand-alone system including the vacuum pumping system that operates on 115VAC. The Tribometer must provide data acquisition through a USB interface.

- The package must include a 15” hi-resolution widescreen laptop computer running Windows XP Pro with 1GB of RAM, 80 GB HD and complete software package for controlling the Tribometer and data acquisition from the Tribometer. The software must automatically start, stop and control tests for unattended operation, must post test reports, must generate a log file of test runs, must include a user updatable material properties database, must monitor load, speed, temperature, friction, contact resistance and up to 2 additional user defined inputs.

- The package must include a tool kit with all necessary Allen wrenches, box wrenches, open end wrench for sample mounting, forceps, magnetic ball mover, weighing cup, tool box, ball storage tray, Petri dish and micro-syringe for sample preparation.

- The package must provide a hardened SS 440C sample set which includes two 440C plates and 440C guide plates, and a ball lubricator.

- The package must include a 1-year warranty on parts and labor, a 1-year software upgrade agreement, a user manual, onsite installation and 1 day of training.

This procurement is being conducted under the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items. The following procedures apply to this procurement:

The evaluation factors listed in this solicitation do not necessarily indicate their order of importance and subfactors, if any, may not be indicated. A competitive range determination may not be made. Award without discussions may be made. Negotiations may be held with one or more offerors but not necessarily with all offerors in the competitive range if one is established. Comparative evaluations of offers may be made. Offers will be evaluated inclusive of transportation charges from the shipping point of the supplier to the delivery destination. Award will be based upon an assessment of price and other factors. The award document may be a purchase order or a contract at the discretion of the Contracting Officer. Notifications to unsuccessful offerors shall be given only if requested.

The provisions and clauses in the RFQ are those in effect through FAC 05-08.

This procurement is a total small business set-aside. See Note 1. This can be accessed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html

The NAICS Code and the small business size standard for this procurement are 334516 and 500 employees 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 Goddard Space Flight Center, Receiving Office Bldg. 16W, Mail Code 239, Soil Conservation Road, Greenbelt, Maryland 20771 is required within 120 days ARO. Delivery shall be FOB Destination.

Offers for the items(s) described above are due by 4:30 p.m. on May 5, 2006 to Talaya Brooks, Mail Code 210.M, 8800 Greenbelt Road, Greenbelt, Maryland 20771 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 (JAN 2006), Instructions to Offerors-Commercial, 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (FEB 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-34.

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

Additional clauses:

1852.223-70 Safety and Health; 1852.223-73 Safety and Health Plan; 1852.223-75 Major Breach of Safety or Security (over $500k); GSFC 52.223-91 Safety and Health--Additional Requirements: Monthly health and safety report using NASA Incident Reporting Information System (IRIS). Specify incidents, disabling injuries, lost work days incident rate, days lost, property damage cost, manhours worked/month, and total employees. Access form available at http://safety1st.gsfc.nasa.gov under Contractor Safety and e-mail to Lisa.L.Cutler@nasa.gov.

All contractual and technical questions must be in writing (e-mail or fax) to Talaya Brooks not later than April 27, 2006. Telephone questions will not be accepted.

Selection and award will be made to the lowest priced, technically acceptable offeror. 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=51 . 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:Talaya A Brooks
Title:Contract Specialist, Simplified Acquisitions
Phone:301-286-6937
Fax:301-286-9159
Email:Talaya.A.BarnettBrooks@nasa.gov

Name:Cynthia L. White
Title:Contracting Officer
Phone:301-286-8772
Fax:301-286-0530
Email: Cynthia.L.White@nasa.gov

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