NASA/NSSC has a requirement for SPECTRA EXACT 2500 ANALYZERS FOR FREON.
This is a Brand Name requirement.
ENTER SOW/BID SCHEDULE:
02500E1 SP1000US 1 EA
SERVOTOUGH SpectraExact Analyser per 1 EA
With the following configuration:
Analyser Type 2500 Series Analyser
Measurement FREON 134A
Measurement Units %
Measurement Range 1 100.0
Stream Component 1 NONE
Phase of Sample Gaseous
Hazardous Atmosphere None
Approval Type Safe Area
Analyser Compensation Pressure (Learnt) 0-50psia
Compensation Range 7 - 17
Compensation Units psia
Cell Material Stainless Steel
Cell Length 1mm Cell
Area Temperature Class Not Applicable
Cell Heater Type Electrically Heated <130C
Cell Temperature (C) 60
Supply Voltage 115V 50-60Hz
Lens Material BaF2
Window Material BaF2
Case Sealing Standard
Optical Filter Measurement 1 9.0
Optical Filter Reference 1 Blank Plate
Optical Filter Reference 2 9.4
Plate Filter 7.8 - 10
Detector Type CaF2
O Ring Material PTFE
Scrubbers H2O/CO2/CO Mix Throughout
Source Type BAF2 Long Wave Sealed
Zero Calibration Component NITROGEN
Span Calibration Component FREON 134A
Calibration Temperature (C) 60
Calibration Method MAN-032 (Standard IR)
Digital Communications Not Required
Estimated Au Factor 0.17
Display Setup 1 Decimal Point
TDS Specification Standard TDS
Application Adder Application Adder - K
Production Comments Refer to Production Memo Text
Tag No AT901
User Manual English
Service Manual English
0090 PACKING SP1000US 1 EA
Packing & Handling Charge per 1 EA
Option 1
1001 S2500SPARES SP1000US 1 EA
SpectraExact Base Pack (1-2) per 1 EA
Spares Kit containing...
1 x Spare Power Supply Unit (ATEX)
1 x Sensor Interface Board PCB 2000 SMT
1 x Power Control PCB Assembly Spare
1 x Kit, Fuses
EXT WARRANTY - 2YR SP1000US 1 EA
Extended Warranty - 2 Year per 1 EA
This package extends the standard analyzer factory warranty from 12 to
24 months.
Warranty period begins on the day your Servomex analyzer was shipped.
All equipment covered by this program must be returned to the Servomex
Service Center for warranty service. If on-site warranty service is
requested, end user is responsible for all expenses and travel time to
and from the site. On-site labor and parts will be covered by extended
warranty.
1021 COMMISSIONING SP1000US 1 EA
Commissioning Analyser(s)(system) per 1 EA
1 Day on site commissioning and product training
NASA/NSSC will be the procuring center for this effort. Performance will be located at NASA/ Langley Research Center (LARC).
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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The Government intends to acquire commercial items and services using the provisions, clauses and procedures prescribed in FAR Part 12 and FAR Part 13.
This is a Request for Quotations (RFQ), 80NSSCQ180370. Additional details are included in the attached RFQ file. The attached RFQ file is hereby incorporated into this solicitation.
Delivery is FOB Destination.
This Procurement is Set Aside for Small Business
The NAICS Code for this procurement is 334516
All responsible sources may submit a quote which shall be considered by the agency. However, any award from this RFQ shall require the potential vendor to be certified within the System for Award Management System (SAM) and completion of Reps and Certs in the SAM system prior to award at www.sam.gov.
Quotes for the item(s) described in the RFQ are due by 3/8/2018 by 2:00 p.m. CT to Jonique Farve at [email protected] in order to be considered for award. If it is in the best interest of the Government, quotes submitted after the due date may be accepted.
If the end product offered is other than a 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.
All contractual and technical questions must be in writing (e-mail) to Jonique Farve at [email protected] no later than 3/7/2018 by 2:00 p.m. CT. Telephone questions shall not be accepted.
The following clauses and provisions are applicable to this combined synopsis/solicitation: 52.212-1, Instructions to Offerors; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.
NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .
The FAR may be obtained via the Internet at URL:
http://www.acquisition.gov/far/index.html
The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.html
Offerors must include completed copies of the provision at 52.212.3 Offeror Representations and Certifications-Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract.
Contracting Office Address:
NASA Shared Services Center, Jerry Hlass Rd. Stennis Space Center, MS 39529