Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2004 FBO #0968
SOLICITATION NOTICE

66 -- LASER FLASH FOR THERMOPHYSICAL PROPERTIES

Notice Date
7/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA04074678Q
 
Response Due
8/3/2004
 
Archive Date
7/19/2005
 
Point of Contact
Marianne Shelley, Purchasing Agent, Phone (650) 604-4179, Fax (650) 604-0270, Email Marianne.Shelley@nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone (650) 604-4386, Fax (650) 604-0270, Email Ronnee.R.Gonzalez@nasa.gov
 
E-Mail Address
Email your questions to Marianne Shelley
(Marianne.Shelley@nasa.gov)
 
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. NASA Ames Research Center has a requirement for a laser flash system that will accurately measure the thermal diffusivity and thermal conductivity of various types of materials, including: metals, fibrous composites, monolithic ceramics, low viscosity liquids and powders. The system specifications have the following minimum requirements: 1 Laser Flash General Description: 1.0 Bench-top design, must be less than 24? deep x 24? wide x 36? tall; 1.1 Vertical laser-detector arrangement, with integrated solid state Nd-GGG laser, He-Ne alignment laser, motorized furnace hoist, integrated sample changer, vacuum-tight, integrated electronics for safety control, sample changer, gas supply, detector electronics; 1.2 Working temperature range: room temperature to 1100? C, maximum temperature 1160? C; 1.3 Temperature range of the system must be expandable to ?125? to + 500? C. Expandable range will include mercury cadmium telluride (MCT) IR detector. Sample temperature rise in the expandable system will be measured by the IR detector. (Future work may include thermophysical properties investigations at sub-ambient temperatures); 1.4 Measurement range: Thermal diffusivity: 0.001 ? 10 cm2/s; Thermal conductivity: 0.01 ? 2000 W/(m?K); 1.5 Measuring Unit must be able to handle the following standard sample sizes: Square: 8 x 8 mm (0.3? x 0.3? ); 10 x 10 (0.39 x 0.39?); Cylindrical: 10 mm (0.39?) diameter; 12.7 mm (0.50?) diameter; 25.4 mm (1.0?) diameter; Thickness: 0.1 ? 6 mm (0.004?? 0.236?); 1.6 Measurement atmosphere capable of vacuum, inert gas or oxidizing atmosphere; 1.7 System must conform to Laser Class I. 2 Hardware: 2.0 Liquid nitrogen cooled indium antimonide (InSb) sensor; 2.1 High temperature furnace with protective tube, type S control thermocouple; 2.2 Top loading system equipped with motorized furnace hoist; 2.3 Alignment laser provided with system; 2.4 Arrangement of the instrument must have the laser mounted below the sample and the detector mounted above; 2.5 Pulse mapping device to measure the true pulse shape of each laser shot; 2.6 Laser equipped with filter system to lower laser energy if needed; 2.7 Type S sample thermocouple positioned less than 10 mm from sample; 2.8 Sample changer to hold 3 samples or more (except for 1? diameter); 2.9 Sample holder for 1? diameter samples; 2.10 Two stage rotary pump, complete with valves pressure gauge and fittings; 2.11 Calibration set of materials; 2.12 Chiller supplied and sized to fulfill cooling needs of instrument (minimum of 500 watts cooling and 2,000 watts heating); 2.13 Instrument equipped with water cooling interlocks. 3 Sample Holders: 3.0 Aluminum sample holder for low-viscosity liquids; 3.1 Sapphire sample holder for liquid metals and powders; 3.2 Alumina sample holder for fibers; 3.3 Tools for fiber sample preparation; 3.4 Laminate sample holder for anisotropic materials. 4 Software and Control: 4.0 Instrument control, data acquisition and evaluation software 32 bit MS? Windows?. Software will simultaneously perform data acquisition and evaluation functions; 4.1 IEEE interface board for PCI slot, with IEC bus cable at least 6 feet long; 4.2 Power output of the laser is controlled by the software; 4.3 Data acquisition system must allow a minimum of 10,000 data points fer shot for the detector and 2,000 data points per shot for the laser pulse form; 4.4 Software for measuring and evaluation to include a minimum of 15 evaluation models including: 4.4.1 Operation of the instrument in a fully automatic or a manual mode; 4.4.2 A ?wizard? to aid in the selection of the best model for instrument operating conditions; 4.4.3 Selection of temperature programs; 4.4.4 Optimization of the system parameters; 4.4.5 Presentation of an individual response curve as well as test parameters and measured values in one portrayal; 4.4.6 Simultaneous presentation of thermal diffusivity and conductivity in one plot; 4.4.7 Perform accurate finite pulse width correction using pulse form data for each particular shot (see 2.4); 4.4.8 Contains mathematical models that correct for sample heat loss on both the rise portion and the trailing portion of the experimental data; 4.4.9 Cowan-Fit: non-linear regression; 4.4.10 Software must have the capability of correcting data for finite pulse width and heat loss (radial and facial) simultaneously (using non-linear regression and the improved Cape-Lehman model); 4.4.11 Correction of internal radiation effects while simultaneously correcting for heat loss and finite pulse width; 4.4.12 Analysis of multi-layer systems applying non-linear regression with consideration to the heat loss (two or three layer systems); 4.4.13 Determination of specific heat by means of a comparative method; 4.4.14 Easy printout and export of measuring curves and data (ASCII); 4.4.15 Temperature recalibration routine; 4.4.16 Determination of specific heat by means of a comparative method. 5 Installation and Training: 5.0 Installation and training provided by a qualified service engineer and an applications specialist for a minimum period of one week. Responsible offerors must be registered with the Central Contractor Registration upon submission of an offer. To register or obtain more information, go to http://www.ccr.gov . The provisions and clauses in the RFQ are those in effect through FAC 01-24. The NAICS Code and the small business size standard for this procurement are 334513 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 NASA Ames Research Center is required within 10 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the item described above are due by 1:00PM local time on August 3, 2004 and can be faxed to (650)604-0270, ATTN: Donella Franks, or mailed to Donella Franks, NASA Ames Research Center, M/S 227-4, Moffett Field, Ca 94035-1000. Offers 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 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. FAR 52.212-5 (MAY 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: 1852.223-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health (Short Form), 52.222-3, 52.233-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-13, 52.225-33, 52.232-34. 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 to Donella Franks, email: dfranks@mail.arc.nasa.gov, fax: (650)604-0270, not later than July 23, 2004. 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 date, warranty, installation and training 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, 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=21 . 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.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#111411)
 
Record
SN00626399-W 20040721/040719212219 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.