Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
SOLICITATION NOTICE

66 -- PRESSURE SENSITIVE PAINT LIGHTING SYSTEM

Notice Date
7/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA08255980Q
 
Response Due
7/24/2008
 
Archive Date
7/10/2009
 
Point of Contact
Melissalynn Perkins, Contract Specialist, Phone 650-604-6516, Fax 650-604-3020
 
E-Mail Address
melissalynn.r.perkins@nasa.gov
 
Small Business Set-Aside
Total Small Business
 
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 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 a Pressure SensitivePaint (PSP) lighting system that meets the following: A. Description: The lighting system is basically a small, portable device that needs tobe able to produce large amounts of light in the appropriate wavelength range, can bepulsed as fast as five (5) microseconds at 5000 Hz, and achieve high stability aftersuitable warm-up time. This is to ensure that optimal accuracy can be obtained fromPressure Sensitive Paint measurements using the luminescence-lifetime technique. B. Lights Shall Meet or Exceed these Performance Specifications: 1. Shall emit light in the wavelength range of 390 to 410 nm; 2. Light emitted will have a 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 emittedbeyond 520 nm; 4. Shall produce at least twenty-five (25) Watts of optical output power; 5. In pulsed mode of operation, shall be able to operate up to five (5) kHz (5000pulses/second) with a pulse width as low as five (5) microseconds and a duty cycle of atleast 5% (rate and pulse width supplied via Transistor-Transistor Logic (TTL) control); 6. In pulsed mode of operation, light will be fully on within 1 (one) microsecond ofreceiving TTL pulse (optical rise time); 7. In pulsed mode of operation, light will be fully off within 1 (one) microsecond of theend of the TTL pulse (optical fall time); 8. In pulsed mode of operation, light will have a peak-to peak stability of less than1percent (i.e. the intensity of light output shall vary 1% or less from pulse to pulse); 9. A continuous mode of operation would be considered useful but is NOT required; 10. In continuous mode operation (if provided), unit shall be able to turned on with aswitch or be able to be turned on remotely using TTL control; 11. In continuous mode operation (if provided), unit shall exhibit a root mean squaredrift of 1% or less for long term stability (after suitable warm-up time); 12. Lighting unit shall be packaged so that the maximum diameter of the light-emittinghead is three (3) inches or less (lamp may be a single unit or consist of a separate lamphead and power supply and/or cooling system); 13. Unit shall be packaged so that it can be mounted to standard optical mounts (e.g.optical posts with -20 mounting capabilities); 14. Unit shall operate using standard 120V electrical connection; Offerors shall address each of the items above and detail how their proposed system meetsthe listed specifications. Items may be separately priced as options, however a totalsystem price must be indicated. The provisions and clauses in the RFQ are those in effect through FAC 2005-26. 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 335129 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement. Delivery to NASA-Ames Research is required within 8-10 weeks ARO. Delivery shall be FOBDestination. Offers for the items(s) described above are due by 11:00am PST Thursday, July 24, 2008 toMs. Melissalynn Perkins at Melissalynn.R.Perkins@nasa.gov and must include, solicitationnumber, FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), 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. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35,52.222-36, 52.222.37, 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 All contractual and technical questions must be in writing (e-mail only) to Ms. Perkinsat Melissalynn.R.Perkins@nasa.gov not later than 11:00am PST Thursday, July 17, 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. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), 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". It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand 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=fc14088dfdead19cb08f19bc6835c64a&tab=core&_cview=1)
 
Record
SN01610756-W 20080712/080710220714-fc14088dfdead19cb08f19bc6835c64a (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.