Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

99 -- THERMAL PROTECTION SYSTEM LASER DIAGNOSTICS SYSTEM

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ06143704Q
 
Response Due
3/21/2006
 
Archive Date
3/7/2007
 
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. This notice is being issued as a Request for Quotations (RFQ) for one each tunable dye laser system. The laser to be purchased is a matched combination of lasers that ultimately generates a very specific tunable wavelength of laser light. This light will be used to excite and identity specific gaseous species contained within the ArcJet test chamber at the ArcJet facility at the NASA Johnson Space Center. Technical support and preventative maintenance for the system shall be provided for 3 years after delivery and acceptance of the hardware. SPECIFICATIONS: ?204 ? 207 nm at > 3 mJ/pulse, ~ 6 ns pulse duration. ?225 ? 230 nm at > 3 mJ/pulse, ~ 6 ns pulse duration. ?Flexibility to switch between these tuning ranges easily ? less than 2 hours with no realignment of pump or dye laser optical paths. This time includes changes to any of the following, if needed: ?Laser dye or dye cells. ?Pump wavelength. ?Harmonic crystals. ?Harmonic wavelength separation. ?Output optical paths for both ranges should coincide as closely as possible. ?Continuously variable attenuation of UV output from maximum pulse energy to near zero. Nd:YAG pump laser ?30 Hz repetition rate. ?Injection seeded (linewidth < 0.003 cm-1 at 1064 nm). ?Temperature-stabilized second and third harmonic crystals. ?> 1500 mJ at 1064 nm. ?> 750 mJ at 532 nm. ?> 350 mJ at 355 nm. ?Interchangeable dichroics for harmonic wavelength separation. ?Pulse energy fluctuations > ?3% at 532 nm. Dye laser ?350 ? 700 nm tuning range requiring no change of grating. ?Linewidth < 0.06 cm-1 at ~ 600 nm. ?Absolute wavelength accuracy < 0.03 nm. ?Wavelength repeatability < 0.005 nm. ?Can be pumped at 532 nm or 355 nm with little or no pump optics configuration change. ?Dye laser must capable of being pumped by specified Nd:YAG (e.g. dye cells and circulators must be designed for high pump energies at 30 Hz repetition rate). ?Dye laser plumbing and circulator must be capable of accepting any solvent appropriate for 532 nm and 355 nm-pumped dyes. ?Capillary or Bethune dye cell for final amplifier. ?Circular output beam profile with diameter ~ 5 mm. ?All laser manipulation, scanning, and status functions must be accessible programmatically through vendor-supplied LabVIEW instrument drivers. ?Dye laser bench depth must not exceed 20". Harmonic generation ?204?207 nm: third harmonic generation of 532 nm-pumped dye. ?225-230 nm: third harmonic generation of 532 nm-pumped dye; frequency mixing of 1064 nm with second harmonic of 532 nm-pumped dye; or second harmonic generation of 355 nm-pumped dye. Offeror shall recommend and implement the approach that meets other performance requirements. ?Autotracking harmonic generation and mixing units. ?Dichroics for harmonic separation of 204 ? 207 nm output. ?Prism harmonic separation for all other wavelengths. ?Modular harmonic crystal and harmonic separation units that permit rapid change of configurations requiring no realignment or adjustment of autotracking sensors. At the point a problem occurs with the operation of the laser or laser system, the contractor shall provide the parts, labor, travel, and technical support. In order to ensure success of the system and prevent failure, the contractor shall provide periodic preventative maintenance. The preventative maintenance program will include at least 2 visits per year by a qualified service technician. The contractor shall provide these services at the NASA Johnson Space Center facility. "Parts" includes but is not limited to replacement of any component(s) that originally came with the system in the event of a failure. Parts will be delivered to Johnson Space Center in a timely manner or brought to the Johnson Space Center by a service technician. Parts will be direct replacements as specified by the manufacturer's specifications or upgraded replacement parts as specified by the manufacturer, in the case of a component recall. "Labor" includes but is not limited to all time required by a service technician to repair a given problem. Repairs and/or adjustments shall be completed in a timely manner and coordinated with a NASA Johnson Space Center technical point of contact. "Travel" includes but is not limited to all charges incurred by the technician and shipping or any other means by which the laser or laser system shall be repaired. "Technical Support" includes but is not limited to direct technical phone support, hands on guidance, and the required technical manuals and/or training. The provisions and clauses in the RFQ are those in effect through FAC 05-08. The NAICS Code and the small business size standard for this procurement are 334516 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 Johnson Space Center of the equipment is required within 10 weeks ARO. The maintenance service shall be provided for 3 years after delivery. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-09. Offers for the items(s) described above are due by March 21, 2006, to NASA Johnson Space Center, Projects Procurement Office, Attn: BH2/Mary Thomas, Houston, Texas 77058, and must include the solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, 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 2006), 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 (SEP 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.219-6, 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.225-15, and 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 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. All contractual and technical questions must be in writing to Mary Thomas, email: mary.f.thomas@nasa.gov not later than March 13, 2006. 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, past performance and delivery. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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=73 . 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=73#118940)
 
Record
SN01001749-W 20060309/060307212639 (fbodaily.com)
 
Source
FedBizOpps 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.