Status Report

NASA ARC Solicitation: Environmental Drosophila Chamber

By SpaceRef Editor
April 18, 2013
Filed under , ,

Synopsis/Solicitation Combo – Apr 16, 2013

General Information

Solicitation Number: NNA13471752Q-ALP
Posted Date: Apr 16, 2013
FedBizOpps Posted Date: Apr 16, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: May 02, 2013
Current Response Date: May 02, 2013
Classification Code: 66 — Instruments and laboratory equipment
NAICS Code: 334516
Set-Aside Code: Total Small Business

Contracting Office Address

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001

Description

NASA Ames Research Center has a requirement to purchase an environmental drosophila chamber.

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 a Drosophila Chamber, quantity 1.

The Statement of Work is listed below:

1. INTRODUCTION NASA Ames Research Center requires an environmental chamber. This environmental chamber will be used in the rearing of drosophila. The rearing environment will cause developmental response of drosophila. The optimum rearing condition is a temperature of 25 *C and 60% humidity. Therefore, the temperature and humidity ranges are primary concerns of the drosophila growth chamber. The incubator will also be able to maintain a suitable CO2 level for drosophila to grow. The incubator will be used to rear drosophila under controlled temperature, humidity and CO2 concentrations, and to study the potential changes in growth and the effects on development in fruit flies.

2. SCOPE or SPECS The rearing environment will cause developmental response of drosophila and the temperature and humidity ranges are primary concerns of the drosophila growth chamber. Therefore, the Fruit Fly Laboratory aims to purchase a drosophila growth chamber with a controllable operating temperature and humidity range suitable for drosophila growth. The incubator will also be able to maintain a suitable CO2 level for drosophila to grow. The acids inherent in the rearing of many specimens or their food can quickly corrode a standard refrigeration evaporator. It is important for the drosophila growth chambers to have phenolic coated coils to protect coils from acidic secretion from drosophila. Features of the proposed drosophila growth chamber to be evaluated include: ease of cleaning, ability to shut down all heat or cold producing equipment in the event of a malfunction, and capability to control temperature, humidity and CO2 concentration with multiple steps and programs.

3. REQUIREMENTS NASA requires an incubator to be used in rearing drosophila with the following specifications required for drosophila growth:

* A suitable temperature and humidity range that offers the capability to simulate the optimum rearing environmental conditions of drosophila, and the flexibility to change the environmental conditions to study the effects on the drosophila development.

* Phenolic-coated refrigeration coils that resist the corrosive effects of acids inherent in the rearing of drosophila.

* The incubator will be able to connect to CO2 and O2 source to maintain a suitable level of CO2 and O2 concentration inside the chamber.

* Lighting System includes a cycle timer to simulate day/night conditions. The light banks are independently controlled for versatile interior layout. Lights illuminate the shelf from above and are modular, expandable and waterproof.

* An environmental control system enables the control of temperature, humidity, CO2 and lighting from the outside of any chamber with multiple program steps. Remote control and monitor of the chamber will be preferred.

* Display of controlled parameters, such as temperature and humidity, allow user to visualize instantaneous setpoints and operating conditions. Setpoints will be easily adjusted.

* For safety purpose, the incubator will be able to be connected to the alarm system in the laboratory.

The provisions and clauses in the RFQ are those in effect through FAC 2005-66.

This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334516, 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 Ames Research Center is required within 14 weeks ARO. Delivery shall be FOB Destination.

Offers for the items(s) described above are due by Thursday May 02, 2013 no later than 12:00 PM Pacific Time to the Contract Specialist, Mr. Lam Pham, via email to lam.v.pham@nasa.gov and must include an itemized firm fixed price for the required items, 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 (FEB 2012), Instructions to Offerors-Commercial Items, 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 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Submission of Invoices (ARC 52.232-90) (JUN 2008) (Modified JAN 2012); 52.247-34 F.o.b. Destination. (NOV 1991); 1852.215-84 Ombudsman. (NOV 2011); 1852.225-70 Export Licenses. (FEB 2000); 1852.237-73 Release of Sensitive Information. (JUN 2005). FAR 52.212-5 (AUG 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003).

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.htm

The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13.

All contractual and technical questions must be in writing (e-mail) to lam.v.pham@nasa.gov not later than Thursday, April 25, 2013. Telephone questions will not be accepted.

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery, Maintenance, Warranty shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).

Offerors must include completed copies of the provision at 52.212-3 (APR 2012), Offeror Representations and Certifications – Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm . These representations and certifications will be incorporated by reference in any resultant contract.

NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .

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=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Point of Contact

Name: Lam V. Pham
Title: Contract Specialist
Phone: 650-604-6516
Fax: 650-604-0912
Email: lam.v.pham@nasa.gov

Name: Marianne Shelley
Title: Contracting Officer
Phone: 650-604-4179
Fax: 650-604-3020
Email: marianne.shelley@nasa.gov

SpaceRef staff editor.