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

THERMAL CONDUCTIVITY SYSTEM


Synopsis/Solicitation Combo - Jul 01, 2004
Standard Form 1449 - Posted on Jul 01, 2004

General Information
Solicitation Number: NNC04069468Q
Posted Date: Jul 01, 2004
FedBizOpps Posted Date: Jul 01, 2004
Original Response Date: Jul 12, 2004
Current Response Date: Jul 12, 2004
Classification Code: 66 -- Instruments and laboratory equipment
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing

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:

Item 1) One Thermal Conductivity System Item 2) Installation and check out Item 3) Commercial warranty and maintenance

The Contractor shall provide the system in accordance with the following specifications.

Flash Diffusivity Instrument according to ASTM 1461 for sample testing between ambient (RT) and 300 oC.

The basic unit shall measure thermal diffusivity and specific heat of materials by the flash diffusivity method at room temperature

Required utilities: 110 V, 1.65 kW, 50/60 Hz, single phase.

Flash shall be shot from underneath the sample, not from above, allowing system to function with lower energy pulses preventing damage to sample surfaces.

System shall include a 4-sample changer and a variable pulse width xenon flash tube heat source with power output up to 5 J/pulse. Temperature increase of the back face of the sample shall be measured by means of an infrared detector.

The test sample size shall be a 10x10 mm square, 1 to 3 mm thick (Measurement of samples less than 1 mm thick shall be possible depending on the heat transit time). Instrument shall include four 10x10 mm square sample inserts.

Instrument control shall be managed by a PC-based hardware system. Data acquisition, analysis, display and storage shall be accomplished automatically through a dedicated analysis software package to be included with the system.

The analysis software package shall have the following features: Specific heat measurement software: Specific heat shall be measured by comparing the temperature rise of the test sample to that of a reference sample with known mass and specific heat.

Thermal diffusivity and specific heat shall be measured simultaneously during a test run, allowing calculation of thermal conductivity if bulk density is known.

In plane measurement software: Thermal diffusivity in the plane of the sample shall be measured using set of special sample masks.

System software shall include at least one data evaluation model providing for standard heat-loss corrections according to Cowan and Clark and Taylor methods, an improved Cape-Lehman model applying non-linear regression with consideration of radial and facial heat losses with or without finite pulse correction.

The system shall also include:

300°C Furnace for elevated temperature operation: The instrument shall be supplied with a furnace that will extend the operating range of the basic instrument up to 300°C. Temperature control shall be integrated into test sequence software and shall include a self-tuning controller with computer interface.

Refrigerated bath circulator operating on 115 V / 60 Hz AC power, with a cooling capacity of at least 260 W (at 20°C) and a heating capacity of at least 2000 W. The circulator is to exhibit a temperature stability ±0.01 K, and shall be supplied with a multifunction display, tubing, and connection parts for operation with the instrument.

One reference sample, 10 x 10 x 1 mm, of alumina.

Desktop computer system, ASCII version, with the following characteristics: • A 1.7 GHz or greater Pentium 4 or equivalent processor • At minimum of 256 MB of RAM • A hard disc of at least 20 GB • A DVD drive capable of reading standard CD-ROMs • 3.5''/1.44 MB floppy disk • 17" monitor (minimum size) • Ultra VGA Display • Windows 2000 (NT 4.0) or equivalent operating system • Included serial, parallel, USB, and Ethernet interfaces • Color inkjet printer with connection cable

The Contractor shall install the System at NASA GRC within 30 days of delivery. Installation shall be by a trained factory representative(s) and include all elements necessary for the operation of the system. Actual installation date(s) shall be via mutual agreement between the Government and Contractor. Installation shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC(8 a.m.-4:30 p.m.)

The Contractor shall perform and document a complete system set-up and checkout at NASA Glenn Research Center upon completion of the installation. The checkout shall insure the system meets all functionality specifications listed in this document.

The Contractor shall provide their commercial warranty and maintenance program to maintain the original equipment performance specifications on the items listed.

The provisions and clauses in the RFQ are those in effect through FAC 01-24 This procurement is a total small business set-aside.

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 Glenn Research Center is required within 6 weeks ARO. Delivery shall be FOB Destination.

The DPAS rating for this procurement is DO-C9

Offers for the items(s) described above are due by July 12, 2004 and must be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-305, Cleveland, OH 44135, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, 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 (attached)

Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference

CLAUSES:

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.

NASA FAR Clauses:

(1) 1852.215-84 Ombudsman (OCT 2003) (In paragraph b, insert “see http://ec.msfc.nasa.gov/hq/library/Omb.html for the name, address, telephone number, facsimile number, and e-mail address of installation ombudsman”) (2) 1852.225-70 Export Licenses (FEB 2000)

FAR Clauses:

52.204-7 Central Contractor Registration (Oct 2003) 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Oct 2003)

As prescribed in 12.301(b)(4), insert the following clauses:

(1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (2) __ 52.219-3 Notice of Total HUBZone Small Business Set-Aside (Jan 1999). (3) __ 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). (4) __ 52.219-5 Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ Alternate I (Mar 1999) of 52.219-5. __ Alternate II (June 2003) of 52.219-5. (5) _X 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ Alternate 1 (Oct 1995) of 52.219-6 (6) __ 52.219-7 Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ Alternate 1 (Oct 1995) of 52.219-7 (7) 52.219-8 Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637 (d)(2) and (3)). (8) __ 52.219-9 Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4)). (9) __ 52.219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (10) __ 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ Alternate I (June 2003) of 52.219-23. (11) __ 52.219-25 Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (12) __ 52.219-26 Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (13) X 52.222-3 Convict Labor (June 2003) (E.O. 11755) (14) X 52.222-19 Child Labor – Cooperation with Authorities and Remedies (JAN 2004) (E.O. 13126) (15) X 52.222-21 Prohibition of Segregated Facilities (Feb 1999) (16) X 52.222-26 Equal Opportunity (April 2002) (E.O. 11246). (17) X 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (18) X 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793).

(19) X 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (20) __ 52.223-9 Estimate of Percentage of Recovered Material Content for EPA- Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ Alternate I of 52.223-9 (Aug 2000) (42 U.S.C. 6962(i)(2)(C)). (21) X 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a - 10d). (22) 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act (JAN 2004) (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ Alternate I (May 2002) of 52.225-3. __ Alternate II (May 2002) of 52.225-3. (23) __ 52.225-5 Trade Agreements (Oct 2003) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (24) __ 52.225-13 Restrictions on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (25) X 52.225-15 Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). (26) _X_ 52.225-16 Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). (27) __ 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (28) __ 52.232-30 Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (29) __ 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (30) X 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). (31) __ 52.232-36 Payment by Third Party (May 1999) (31 U.S.C. 3332). (32) __ 52.239-1 Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (33) X 52.247-34 F.O.B. Destination (NOV 1991) (34) __ 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). __ Alternate I (Apr 1984) of 52.247-64.

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

All contractual and technical questions must be in writing (e-mail or fax) to Nikki Brown not later than July 7, 2004. Telephone questions will not be accepted.

Award will be based upon overall best value to the Government among those offers that meet the specifications above. Consideration will be given to the factors of meeting specifications, total price, and past performance. Unless otherwise stated in the RFQ, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by 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) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).

Best value consideration will be given to offerors that provide:

Additional Sample Holders beyond the required amount: Additional sample holders available for the instrument to allow for the use of round samples up to 25.4 mm in diameter, and square samples up to 12.5 mm X 12.5 mm

Data Evaluation Models: Additional data evaluation models allowing for: Analysis of multi-layer samples Correction for radiation effects Analysis of contact resistance

Computer System: The addition of the ability to write onto CD-R and CD-RW media. The addition of the ability to write to DVD media, (DVD-R/-RW/+R/+RW), particularly +R and +RW. Additional RAM (greater than 256 MB)

Delivery: Delivery earlier than 6 weeks ARO, with installation to start as specified within 30 Days of delivery.

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".

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).


Point of Contact
Name:Nikki D Brown
Title:Contract Specialist
Phone:(216) 433-6036
Fax:(216) 433-2480
Email:Nikki.D.Brown@grc.nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE