Federal Bid

Last Updated on 18 Jul 2006 at 4 AM
Combined Synopsis/Solicitation
Greenbelt Maryland

99--CRYOSTAT W/CLOSED CYCLE CRYOCOOLER

Solicitation ID NNG05010851Q
Posted Date 15 Jun 2005 at 5 AM
Archive Date 18 Jul 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Procurement
Agency National Aeronautics And Space Administration
Location Greenbelt Maryland United states
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., Cryostat with closed cycle cryocooler with the following requirements: 1) Base temperature <4 Kelvin. At least 100 milliWatts of cooling power at 4 Kelvin, 2) Cold plate, which is attached to the second stage of the cryocooler, must have a diameter greater than 10 inches, 3) Working volume (dimensions of inner shield attached to cold plate): 10 inches diameter x 8 inches tall, 4) An intermediate shield, which is attached to the first stage of the cryocooler, surround the inner shield, 5) Ports on vacuum shell: 3 through-holes for wire harnesses (These will be closed out by aluminum blocks that contain the hermetic connector. Each 1.375" through-hole has a pattern of six 6-32 blind tapped holes around it. The connector mounts in one of the long (2.5") sides of the block, and the wiring harness passes through the bottom. We will provide a drawing of the hole pattern.) 6) Vacuum space must have relief valve, 7) Valved pump-out port with KF-40 flange. The provisions and clauses in the RFQ are those in effect through FAC 01-26. 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 339999 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, Greenbelt, MD 20771 is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the item described above are due via email or fax on June 30, 2005, by 4:30 p.m. to Talaya Brooks, [email protected] or fax to 301-286-9159. Vendors 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 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product offered is other than domestic end product 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. FAR 52.212-5 (APR 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, and 52.232-34. NASA FAR Supplement clauses: 1852.204-74 CENTRAL CONTRACTOR REGISTRATION; 1852.223-72 SAFETY AND HEALTH (SHORT FORM); and 1852.225-70 EXPORT LICENSES are also incorporated by reference. The FAR may be obtained via the Internet at URL: http://www.arnet.gove/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 by e-mail to [email protected] or fax 301-286-9159 not later than June 23, 2005. Telephone questions will not be accepted. Selection and award will be made in accordance with FAR 15.101-2, award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. 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.
Bid Protests Not Available

Similar Past Bids

Location Unknown 16 Jun 2005 at 5 AM
Park Kansas 17 Jun 2010 at 8 PM
Boulder Colorado 31 May 2005 at 5 AM
Batavia Illinois 04 May 2023 at 4 PM
Greenbelt Maryland 13 May 2003 at 5 AM

Similar Opportunities