Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SOLICITATION NOTICE

66 -- LIGHTING SYSTEM FOR WIND TUNNEL OPTICAL INSTRUMENTS

Notice Date
11/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
Ring-Light-WT-Optical-Instrument
 
Response Due
11/27/2007
 
Archive Date
11/21/2008
 
Point of Contact
Kevin J Sasur, Purchasing Agent, Phone 650-604-0089, Fax 650-604-0270, Email Kevin.J.Sasur@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 Kevin J Sasur
(Kevin.J.Sasur@nasa.gov)
 
Small Business Set-Aside
N/A
 
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 Quote (RFQ) for two lighting systems for Wind Tunnel optical instruments. It is required to produce large amounts of light in the appropriate wavelength range, can be modified to run continuously, or pulsed as fast as one (1) microsecond, have low amounts of power, and achieve high stability after suitable warm-up time. It is also required to be able to project the light into an even, well-defined circle, the size of which can be adjusted by the operator depending on test conditions. It is additionally required for the light to be built in the form of a ring which can be mounted on a camera lens. The hardware shall have the following requirements: 1.) - Shall emit light in the wavelength range of 390 to 410 nm 2.) - Light emitted will have a wavelength distribution with the Full Width at Half Maximum (FWHM) being 50 nm or less. 3.) - Shall come equipped with a filter or other means to ensure that no light is emitted beyond 520 nm. 4.) - Shall produce at least two (2) Watts of optical output power. 5.) - Shall be able to be operated in a continuous or pulsed mode of operation (user selectable and can be accomplished by interchanging components). 6.) - In pulsed mode of operation, shall be able to operate up to five (5) kHz (5000 pulses/second) with a pulse width as low as five (5) microseconds (rate and width supplied via TTL control). 7.) - In pulsed mode of operation, light will be fully on within 1 (one) microsecond of receiving TTL pulse (optical rise time). 8.) - In pulsed mode of operation, light will be fully off within 1 (one) microsecond of the end of the TTL pulse (optical fall time). 9.) - In pulsed mode of operation, light will have a peak-to peak stability of less than 1% (i.e. the intensity of light output shall vary 1% or less from pulse to pulse). 10.) - In continuous mode operation, unit shall be able to turned on with a switch or be able to be turned on remotely using TTL control. 11.) - In continuous mode operation, unit shall exhibit a root mean square drift of 1% or less for long term stability (after suitable warm-up time) 12.) - Lighting unit shall be packaged in the form of a ring able to be mounted on camera lenses from 2.25? to 3? diameter. (Drive electronics may be contained in a separate unit.) 13.) - Unit shall operate using standard 120V electrical connection. 14.) ? Unit shall be able to focus light output into a circle either 5 ft in diameter at a 5 ft distance, or 2 feet in diameter at a 10 foot distance, as selected by the user. The minimum illumination uniformity is +/- 25% of mean, desired illumination uniformity is +/- 10% of mean. The provisions and clauses in the RFQ are those in effect through FAC 05-16. The NAICS Code and the small business size standard for this procurement are 333298 and 500 respectively. The provisions and clauses in the RFQ are those in effect through FAC 05-21. 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. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center is required within 30 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 12:00 PM PDT, November 27, 2007, by any of the following: mailed to NASA Ames Research Center, Attn: Mr. Kevin J. Sasur and Ms. Ronnee R Gonzalez, Mail-Stop 227-4, Building 227, Room 119, Moffett Field, CA 94035-1000; or faxed to (650) 604-0270; or e-mailed to Kevin.J.Sasur@nasa.gov and Ronnee.R.Gonzalez@nasa.gov, and must include: reference number, FOB destination to this Center, proposed 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 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.222-50, 52.225-1, 52.225-13, and 52.232.34. 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 following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84,Ombudsman, (Insert: Lewis Braxton (650) 604-5068); NFS 1852.223-72, Safety and Health (Short Form); NFS 1852.237-73, Release of Sensitive Information. All contractual and technical questions must be submitted by email to Ms Ronnee R. Gonz?lez at Ronnee.R.Gonzalez@nasa.gov or fax to (650) 604-0270) no later than 1:00PM PDT, November 26, 2007. 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, and 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, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://orca.bpn.gov/ . Please indicate on quotation if the vendor?s Representations and Certifications have been entered at ORCA. Offerors must currently be registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at http://www.ccr.gov Offerors must submit a completed ACH form with their quotation, with their firm?s banking information for the electronic funds transfer (EFT) or any future invoice payment. An ACH form is available at http://www.fms.treas.gov/pdf/3881.pdf All successful offerors must file a 2007 VETS-100 Report with the US Department of Labor, http://vets100.cudenver.edu 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
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#127897
 
Record
SN01457103-W 20071123/071121224245 (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.