Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

66 -- OFF-AXIS REFLECTIVE OPTIC ELEMENTS FIGURED ON ALUMINUM SUBSTRATES

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10348487-AKK
 
Response Due
8/2/2010
 
Archive Date
7/16/2011
 
Point of Contact
Karen Klaas, Purchasing Agent, Phone 650-604-6474, Fax 650-604-3020, Email karen.klaas@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Karen Klaas
(karen.klaas@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 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 set of two (2)adapting optics to efficiently transform the InfraRed Telescope Facility (IRTF) outputbeam into a suitable input beam for Echelon Cross Echelle Spectrograph (EXES).SPECIFICATIONSThe adapting optics includes two separate reflective elements figured on aluminumsubstrates. One element is a 100mm-diamter off-axis ellipsoid and the other a25mm-diamter off-axis hyperboloid. A Zemax computer model will be made available to thevendor to aid in understanding the system design. Detailed specifications of the opticalelements follows:_________________________EllipseRadius511.427442mm 3 fringes at 633nm wavelengthConic Constant -0.509843Surface irregularity less than lambda/4 RMS at 633nm wavelengthSurface roughness<80, rmsOffaxis distance 716.252mm 2mm Diameter 101.6mm +0.00/-0.125mm. Clear aperture 90% or betterCenter Thickness 19.1mm 0.2mm Scratch-Dig: 40-20Alignment fiducial on edge to show clocking orientationIntended wavelength range: visible alignment lasers, operational wavelengths: 4.6 to30microns Aluminum substrateNo coatingOperating environment: Mauna Kea, Hawaii - ~14,000ft altitude, ~0 CTapped/threaded hole in center of back of mirror for attachment to mount______________________HyperbolaRadius 508.950213 3 fringes at 633nm wavelengthConic Constant -3.566133Surface irregularity less than lambda/4 RMS at 633nm wavelengthSurface roughness<80, rmsOffaxis distance 269.511mm 1mm Diameter 25.4mm +0.00/-0.125mmClear aperture 90% or betterCenter Thickness 12.5mm 0.2mm Scratch-Dig: 40-20Alignment fiducial on edge to show clocking orientationIntended wavelength range: visible alignment lasers, operational wavelengths: 4.6 to30microns Aluminum substrateNo coatingOperating environment: Mauna Kea, Hawaii - ~14,000ft altitude, ~0 C.Tapped/threaded hole in center of back of mirror for attachment to mountDESCRIPTION OF USE IN PROJECTThe adapting optics will be integrated with an instrument mount designed and built atNASA Ames Research Center. Once the optics have been received and integrated, laboratorytests will be conducted to verify the design and implementation prior to shipment of theinstrument to NASAs InfraRed Telescope Facility atop Mauna Kea in Hawaii.PERIOD OF PERFORMANCEThe adapting optics are required at NASA Ames Research Center on or before October 15,2010.DELIVERABLESDeliverables under this procurement include the two optical elements specified above,plus test data demonstrating that the optical elements meet the specification provided. An interferometric wavefront error map for each element would be an acceptable form ofverification test data, but other types of test data may be acceptable. Offerors shallindicate their intended form of verification test data in their quotation package.The North American Industry Classification System (NAICS) Code and the small businesssize standard for this procurement are 333314 (Optical Instrument and Lens Manufacturing)with a small business size of 500 employees, respectively. Offers for the items(s) described above are due by Monday, August 2, 2010, no later than12:30 PM Pacific Time, to the contract specialist, Karen Klaas, emailKaren.Klaas@nasa.gov, and must include: a firm fixed price for the required items,solicitation number, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. The provisions and clauses in the RFQ are those in effect through Federal AcquisitionCircular (FAC) 2005-44.The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html. The NASA FAR Supplement (NFS) may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs(j) and (k) that require all offerors to have a DUNS number and current CCR registration.Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. If the offeror hasalready entered their representations and certifications at the Online Representationsand Certifications Application (ORCA) at https://orca.bpn.gov/, offerors are onlyrequired to complete paragraph (b) of the provision. These representations andcertifications will be incorporated by reference in any resultant contract. FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (APR 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified FAR clausesare incorporated by reference: 52,222-3, Convict Labor. 52.222-19, Child Labor - Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. 52.222-50, Combating Trafficking in Persons. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contract Claim. The following FAR and NFS clauses will also be incorporated into any resultant contract: NFS 1852.223-72, Safety and Health (Short Form). NFS 1852.225-70, Export Licenses, (insert NASA Ames Research Center). NFS 1852.215-84, Ombudsman, (insert: Lewis Braxton, NASA Ames Research Center, M/S200-9, Moffett Field, CA 94035-0001. NFS 1852.237-73, Release of Sensitive Information. All contractual and technical questions about this solicitation must be in writing(e-mail only) to: Karen.Klaas@nasa.gov not later than Friday, July 23, 2010, 12:30 PMPacific Time. Telephone questions will not be accepted. Selection and award will be made to the offeror whose offer will be most advantageous tothe Government, with consideration given to the following evaluation factors: (1) Technical merit of the proposed adapting optics, and the extent that they meet all ofthe specifictions listed above. (2) Schedule: An evaluation of the offeror's proposed delivery date to NASA Ames ResearchCenter.(3) Price: An evaluation of the reasonableness of the quoted price for the set ofadapting optics. (4) Evaluation of the appropriateness of the type of verification test data that thevendor will submit upon delivery of the optics.Other critical requirements: The offerors past performance and warranty for the adaptingoptics shall be considered. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(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=21. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10348487-AKK/listing.html)
 
Record
SN02208073-W 20100718/100716234633-4a2fc5bac7625a652d8c695850563933 (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.