Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

66 -- INTENSIFIED CCD - ICCD - CAMERA SYSTEM

Notice Date
6/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08251067Q
 
Response Due
6/18/2008
 
Archive Date
6/6/2009
 
Point of Contact
Bernadette J. Kan, Purchasing Agent, Phone 216-433-2525, Fax 216-433-2480
 
E-Mail Address
Bernadette.J.Kan@grc.nasa.gov
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for Intensified CDD (ICCD)Camera System:1.) Must be spectrograph grade camera, 1024x256 pixels. 2.) Minimumgate width of 2 nsec or less needed to synchronize with laser pulse. 3.) Gate recoverytime minimum of 150 microseconds so that gate can be applied to consecutive laser pulses(using 6 kHz pulsed laser). 4.) Quantum efficiency greater than 5% at wavelength of 600nm. 5.) Thermoelectric cooling to reduce dark current. 6.) Software and hardwarecompatible with existing Acton SpectroPro 300i spectrograph and shipping charges ifapplicable. This is a "brand name or equal" specification of a Princeton InstrumentsPI-MAX:1024RB Digital Intensified CCD Camera System. The details of that system are: 1.) 1 each, PI-MAX 1024RB-18-FG-43 8052-0001 - 7397-0001 / 6050-0336. e2v 30-11scientific grade 1, front-illuminated CCD, 1024 X 256 pixels, 1:1 fiber-optic bonded18-mm grade 1, Gen II image intensifier, 26 x 26 microm pixels (18.0 x 6.7mm image area),MCP bracket pulsing, <2ns gating capable, Sealed operation, no N2 purge required. 2.)1 each, ST-133B/U-PTG-DUAL 7513-0001. ICCD USB2 Controller with 16-bit 100-kHz & 16-bit1-MHz digitizers, PTG (requires USB2-5M cable 6050-0494). 3.)1 each, SPEC-MNT-PIMAX7389-0003. PI-MAX Spectroscopy mount.4.) 1 each, USB2-5M 6050-0494. High speedcommunications port using USB2 protocol with 5 meter cable. 5.) 1 each, WinSpec/324412-0048.The provisions and clauses in the RFQ are those in effect through FAC 2005-25.The NAICS Code and the small business size standard for this procurement are 33999, 500employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, Receiving Bldg. 21 North, 21000 Broookpark Road,Cleveland OH 44135The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by midnight on 06/18/2008 to NASA GlennResearh Center, ATTN: Bernadette Kan, MS 500-305, 21000 Brookpark Road, Cleveland OH 44135 and must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard 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), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe 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: (NOV 1991), 1852.215-84 Ombudsman. (OCT 2003),1852.223-72 Safety and Health (Short Form). (APR 2002), 1852.225-70 Export Licenses.(FEB 2000)FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2007) (E.O.13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, EqualOpportunity (MAR 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special DisabledVeterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (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 theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212),52.222-50,Combating Trafficking in Persons (AUG 2007) (Applies to all contracts), 52.225-1, BuyAmerican Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d), 52.232-34, Payment by ElectronicFunds 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 BernadetteKan not later than 06/16/2008.Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: compatability with existinghardware and software.It is critical that offerors provide adequate detail to allowevaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=444c445957a2f8541f11328fb26efd12&tab=core&_cview=1)
 
Record
SN01588405-W 20080608/080606215329-444c445957a2f8541f11328fb26efd12 (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.