Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2003 FBO #0690
SOLICITATION NOTICE

66 -- OPEN AIR ACCELERATOR

Notice Date
10/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
PS24-ED31-03
 
Response Due
10/30/2003
 
Archive Date
10/16/2004
 
Point of Contact
Amy B. Campbell, Contracting Officer, Phone (256) 544-8620, Fax (256) 544-9081, Email Amy.Campbell@msfc.nasa.gov - Kim S Daniels, Contract Specialist, Phone (256) 544-0609, Fax (256) 544-9081, Email kimberly.s.daniels@nasa.gov
 
E-Mail Address
Email your questions to Amy B. Campbell
(Amy.Campbell@msfc.nasa.gov)
 
Description
NASA/MSFC has a requirement for one Open Air Accelerator with the following specifications. Technical: ?Primary beam to be singly ionized H+ ?Proton Energy Range: minimum range from 10 KeV to 100 KeV with delta E 50 eV. ?Ion mass analysis capability, either ExB velocity selector or analysis magnet ?Beam current density range; 1E8 to 5E11 protons/sq.cm/s ?Air-cooled RF ion source. Include personnel safety and EMI shielding as required. The air-cooled RF ion source should produce microamp current at the source. The air-cooled ion source should include: end and base flanges, insulated tie rods, fan cooled RF shield box, permanent ion source magnets, RF oscillator, oscillator power supply, probe power supply, bias isolation power supply, metering valve(s), 500 cc volume gas supply cylinder equipped with shut-off valve, spare parts to include: two ion source bottles, three extractor canals and two insulating washers. ?Extractor Gap-Einzel lens acceleration tube to increase beam energy to a value suitable for injection into the acceleration tube. ?Scanned, or diverged, beam coverage area of 8 inch diameter, or larger with coverage uniformity of 97%, or better, on target. Minimum separation distance between gun and target is 4 feet. Maximum separation distance is TBD. ?Control function switchable between computer and analog controller ?All mating flanges to be Conflat-design, no larger than 8? OD. System: ?Projected maintenance interval to be not less than 1000 hours of operating time. ?Non-restricted mounting orientation ?Small ?footprint? is desired. System should be as compact as practicable. ?Support (ancillary) hardware includes but is not limited to: - Vacuum gage and controller - Ion pump or cryo pump and controller - Dry ?scroll-pump? roughing - Beam line support system, if required - Faraday Cup, controller and readout. - All required power supplies and cables. ?Remote operation (Approximately 100 feet) ?All required system cables and connectors. General: ?6 month delivery from time of award ?Installation and training at customer site ?Maintenance kit (spare parts, special tools, etc). ?Operating and service manuals, and drawings, parts list and wiring diagrams/lists (2 copies) ?System installation drawings 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin= . The information required by FAR Subpart 12.6 is included in the on-line RFQ. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than October 22, 2003. Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). An ombudsman has been appointed - See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs link below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#107154)
 
Record
SN00453410-W 20031018/031016213317 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.