Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

66 -- PHASE DOPPLER PARTICLE ANOMOMETER

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07208231Q
 
Response Due
8/24/2007
 
Archive Date
8/15/2008
 
Small Business Set-Aside
Total Small Business
 
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: ITEM 1, Qty. 1, Phase Doppler Interferometer 200 MD System or equal; ITEM 2, Qty. 1, Computer controlled stepper motor system; ITEM 3, Qty. 1, Documentation; and ITEM 4, Installation, Checkout and Training Items 1 and 2 shall meet the salient characterisics listed below: 1. The Phase Doppler Interferometer (PDI) system shall provide droplet size and velocity measurements for 2 orthogonal directions for use in research high-pressure spray combustion environments such as a high pressure test rig with limited optical access through windows. 2. The PDI system shall provide droplet size measurements in the range 0.5 micrometer to 500 micrometers, with at least 1 micrometer resolution and 1 micrometer accuracy. 3. The PDI system shall provide measurements of droplet velocities up to 100 m/s with a 1% accuracy. 4. The PDI system shall be capable of measuring data rates as high as 100,000 per second. 5. The PDI system shall have a minimum sampling frequency (in quadrature) of 320 MHz. 6. The PDI system shall be optimized and capable of operation in a 90 degree mode for use in a high pressure combustion rig with window optical access. For this application, the windows of the high pressure rig consist of qnty 4 x 2.9 in diameter effective aperture 1.75 in thick UV grade fused silica windows located approximately 10 in away from the probe volume. The qnty 4 windows are located at 90 degree locations relative to one another and are perpendicular to the gas flow axis of the high pressure rig. The pressures inside the rig can be as high as 450 psia. The PDI system shall also provide a velocity-only backscatter measurement capability. 7. Due to harsh vibrations and limited space in the test cell, the PDI system shall be robust and compact, thus fragile single-mode fiber optic connections, or bulky large-frame argon ion lasers are not acceptable. 8. The PDI system shall include a 3-axis automated stepper motor scan and traverse system with 250 mm of travel. The traverse system shall have software and drivers and be integrated into the PDI AIMS software. ITEM 3: DOCUMENTATION One set of comprehensive manuals, including schematics, which may include but is not limited to user, system, troubleshooting and maintenance. ITEM 4: INSTALLATION, CHECKOUT AND TRAINING A. The contractor shall include all labor and travel expenses for installation, testing and calibration at NASA Glenn Research Center (GRC) at an agreed upon time within two weeks after delivery. The system shall be tested using a water spray system at the time of installation, and include a follow-on test within a spray flame environment within 1 year of installation. The set-up shall insure that Item 1 and 2 meets all functionality specifications listed in this document. Set-up shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.) B. The contractor shall include a minimum of one person for one day of on-site operational training to coincide with the system verification. The provisions and clauses in the RFQ are those in effect through FAC05-17. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333314 and 500 respectively. The offeror shall state in their offer their size status for this procurement. Delivery of ITEMS 1-3 shall be NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 (Receiving, Bldg.21) is required within 180 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 24, 2007, 4:30 p.m. local time and may be mailed or faxed to Marilyn D.Stolz, 21000 Brookpark Road, M.S. 500-305, Cleveland, OH 44135 and 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 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: None. 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 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005)(if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 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 All contractual and technical questions must be in writing (e-mail or fax) to Marilyn D. Stolz not later than August 21, 2007. Telephone questions will not be accepted. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. 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". 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=22 . 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=22#126444)
 
Record
SN01374134-W 20070817/070815223042 (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  © 1994-2020, Loren Data Corp.