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

PARTICLE SIZE ANALYZER


Synopsis/Solicitation Combo - Aug 18, 2004

General Information
Solicitation Number: NNM04072939Q
Posted Date: Aug 18, 2004
FedBizOpps Posted Date: Aug 18, 2004
Original Response Date: Aug 25, 2004
Current Response Date: Aug 25, 2004
Classification Code: 66 -- Instruments and laboratory equipment
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing

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 One (1) EA Particle Size Analyzer in accordance with the following mininum Government specifications:

MINIMUM SPECIFICATIONS FOR PARTICLE SIZE ANALYZER:

Technology: Fraunhofer diffraction and applied Mie scattering theory using a laser light source.

Particle Size Range: 0.04 to 2000 um; (LS100q) 0.4 - 1000 in a single analysis.

Computer Control: Pentium processor - 200 MHZ, 8 Mb RAM, 2.0 Gb hard disk, VGA, serial, parallel, 3.5" 1.44 Mb floppy.

Software Control: Microsoft - Windows based, preloaded. All required analytical and user interface software preloaded.

Data Presentation: - Volume % (wt %) and Surface Area - Presentations as % greater than and % less than stated size, cumulative and differential data - Complete statistical deviations - Overlay or sample comparisons with statistical deviations - Full Trending capability - Data listings - High resolution graphics - Interpolation for up to 50 operator selected size conversions - Preference mode or auto-output-Statistical details (mean, mode, C.V., S.D., skewness, kurtosis, mean/mode ratio, 5 selected data points)

Required Features: - Fully automatic alignment of laser and all optics - Standard analysis time not to exceed 60 sec. - Instrument Options: Dry Powder option, Micro-Volume Module - Installation/Training: On-site installation by factory rep and training to be provided - Warranty: One (1) year factory warranty (on-site) with option of extending coverage by service contract - Direct technical support group including applications laboratory - Direct field service - Must have particle size range of 0.04 to 2000 um in a single scan with no adjustments necessary. - Must provide "MIE" corrections to Fraunhofer diffraction analysis insuring accurate conversions of light scatter data with individual input of refractive index. - Fluidics (Sample handling system) must be able to keep a 2000 um particle with density of 4.0 g/mL in suspension for proper measurement. - Must have automatic output of results with pre-selection of output types. - Must be able to compare multiple analyses. - Must be able to average results for up to 50 analyses. - Must be able to graphically overlay multiple analyses.

The provisions and clauses in the RFQ are those in effect through FAC 01-24.

This procurement is a total small business set-aside. See Note 1.

The NAICS Code and the small business size standard for this procurement are 334516 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 Marshall Space Flight Center, AL, is required within 60 days ARO. Delivery shall be FOB Destination to Marshall Space Flight Center, AL.

The DPAS rating for this procurement is DO-C9.

Offers for the items(s) described above are due by 4:30 P.M. Central Time, August 25, 2004, and must be mailed or faxed to Jack Hayes, ESAS, Inc./MDR, Procurement Office, George C. Marshall Space Flight Center, National Aeronautics and Space Administration, Marshall Space Flight Center, AL 35812, or fax (256) 544-5861, 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 shall provide the information required by FAR 52.212-1 (JAN 2004), 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-7, 52.211-15 and 52.247-34.

FAR 52.212-5 (JUN 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 and Alt I thereto, 52.225-13 and 52.232-33.

Additional Clauses applicable to this acquisition include NFS 1852.223-72 Safety and Health (Short Form), MSFC 52.246-90 Warranted Items, and MSFC 52.232-90 Discounts for Prompt Payment.

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 Jack Hayes, ESAS, Inc. at jack.hayes@msfc.nasa.gov, or fax: (256) 544-5861 not later than 8/20/2004. 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.

The offeror selected for award must submit a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items, when requested by the contracting officer. The provision 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:Janice P. Burrough
Title:Contracting Officer
Phone:(256) 544-0317
Fax:(256) 544-5861
Email:Janice.Burrough@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