Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1999 PSA#2316

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

66 -- FABRICATION OF A COMPOSITE OFF-AXIS ACHROMATIC ALL REFLECTING DESIGN TELESCOPE SOL 1-049-GLD.2044 DUE 043099 POC Joan Y. Crepps, Contracting Officer, Phone (757)-864-2521, Fax (757) 864-8863, Email J.Y.CREPPS@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-049-GLD.2044. E-MAIL: Joan Y. Crepps, J.Y.CREPPS@larc.nasa.gov. NASA Langley Research Center (LaRC) is participating in a rapid demonstration program through the Thrust Management Office that will integrate LaRC advanced technologies into a Fourier Transform Spectrometer (FTS) testbed. The overall technology objective is to design and develop a miniaturized, lightweight, low-power FTS prototype, that can operate in the UV, visible, and infrared spectral regions, with an integrated optical, mechanical, and microelectronics architecture. Several new technology initiatives are envisioned that will enable this concept of "universal" applicability to atmospheric chemistry, weather prediction, and planetary investigations. Telescope shall be delivered no later August 30, 1999, and in accordance with the following telescope type: General: The designed telescope is a three mirror off-axis achromatic all reflecting design. The first two mirrors are off -axis sections of a classical Cassegrain telescope (primary -- parabola, secondary -- hyperbola). The third or tertiary mirror is a parabolic collimator. All three mirrors share a common optical axis. This design provides for the location of an intermediate field stop or cold stop at the Cassegrain focus. Also, the design includes baffles to reduce internal scattering. 1. The field-of view shall be 0.82 X 0.82 degrees. 2. The input beam shall be 305.000 millimeters. The output beam shall be 101.670 millimeters. 3. The telescope entrance or aperture stop shall be 635 millimeters from the primary mirror vertex. 4. The primary mirror shall have a fabricated diameter 10 to 20 percent greater than the input beam diameter of 305.000 millimeters and the radius shall be 1525.000 millimeters. The primary mirror shall be a parabola (conic constant = 1.000 +/- 0.001) with the parent optical axis vertex center located 280.000 millimeters below the optical beam center. 5. The secondary mirror shall be a hyperbola with a conic constant of k = -11.937 +/- 0.001 and a fabricated diameter that is 10 to 20 percent larger than the beam diameter of 55.000 millimeters. The secondary mirror shall have a radius of 456.667 millimeters and be mirrors vertex located 660.000 millimeters from the vertex of the primary mirror. The beam center of the secondary mirror shall be located 39.500 millimeters above the vertex or optical axis. 6. At a distance of 168.000 millimeters, the telescope is focused on the optical axis to form an image at the field stop or cold stop. 7. At a distance of 453.578 millimeters from the image, a tertiary parabolic mirror (conic constant = -1.00 =/- 0.001) shall have a fabricated diameter of 10 to 20 percent larger than the 145 millimeter beam diameter and a radius of 907.210 millimeters. The beam center on the tertiary mirror shall be located 91.800 millimeters below the vertex of the parent mirror or optical axis. 8. The mirrors shall be coated with a protected Silver coating which shall meet the requirements as defined by Military Specification MIL-M-13508C with the exception of the salt spray requirement. Spectrometric reflectivity data with a range of 0.633 to 15 microns shall be provided. Optical Performance 1. The optical system shall have an output wavefront of _ of a wavelength peak-to-valley and a root-mean-squared wavefront of 1/6 to 1/10 of a wavelength at a test wavelength of 0.633 microns. 2. The mirror mounting stresses shall be included in the above wavefront error. Mechanical Performance 1. The optical system shall have blackened baffles spaced every 50 millimeters extending the length of the telescope barrel with circular vanes that extend 40 millimeters beyond the optical clear aperture. The space between the primary mirror and tertiary mirror shall be baffled. Care shall be exercised not to vignette the optical clear aperture. 2. The optical system shall have a mechanical housing to protect the optical path and optical components. Also, the mechanical housing shall have removal mechanical covers for the input and output ports. 3. All mechanical adjustments shall be inside the mechanical housing. The only allowed mechanical adjustment shall be despace along the optical axis. The required optical element translation and angular adjustments shall be obtained by tolerancing and shimming. Consideration shall be applied to the total optical system to provide an athermalized optical system particularly thermally stable in despace directions. Contractor shall also provide telescope documentation including operating instructions, drawings, and part specifications including replacement part numbers. 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 procurement is being conducted under FAR Part 13.5. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. It is the offeror's responsibility to download a copy of this RFO and to monitor this site for the release of any amendments to this RFO. This RFO and incorporated provisions and clauses are those in effect through FAC 97-10 as revised by FAC 97-07 Addendum. Offeror's are encouraged to send 3 original signed Standard Form 1449's located at http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit their offer. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3827 AND 500 EMPLOYEES respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible small business sources may submit an offer which shall be considered by the agency. Delivery to NASA LaRC is required not later than August 30, 1999. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due to the Contracting Officer by ApriI 30, 4:00 P.M., local time. Offerors must include completed copies of the provisions at FAR 52.212-3. Offerors must identify the city and state where the item is manufactured and/or where the work is performed. Offers shall 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 shall provide the information required by FAR 52.212-1. Please note that payment is to be made by electronic funds transfer, accordingly, you must provide the mandatory information for electronic funds transfer with your representations and certifications. Failure to provide this information may delay or prevent the receipt of payments through the Automated Clearinghouse Payment System. FAR 52.212-1, "Instructions to Offerors -- Commercial Items", applies to this acquisition. Addenda (incorporated by reference) are as follows: FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) PROVISIONS: 52.214-34 APR 1991 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE 52.214-35 APR 1991 SUBMISSION OF OFFERS IN U.S. CURRENCY 52.215-5 OCT 1997 FACSIMILE PROPOSALS Insert: 757-864-7898 52.233-2 AUG 1996 SERVICE OF PROTEST Insert: NASA LARC,MS 126,Hampton, VA NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) PROVISIONS: 1852.233-70 MAR 1997 PROTESTS TO NASA 52.212-1, Full Text Provisions: Compliance with Veterans' Employment Reporting Requirements (February 1999), By submission of its offer, the offeror represents that, if it is subject to the reporting requirements of 37USC 4212(d) (i.e. the VETS-100 report required by FAR Clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has submitted the most recent report required by 37USC 4212(d). 52.212-2, Evaluation-Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement. For selection purposes, technical, price, and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)(4),(10)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer which may be obtained at URL: http://aim5msfc.msfc.nasa.gov/sdgs/KFT/FT212.03G These representations and certifications will be incorporated by reference in any resultant contract. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda (by reference) are as follows: FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES: 52.203-3 APR 1984 GRATUITIES 52.203-8 JAN 1997 CANCELLATION, RESCISSION AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY 52.225-11 AUG 19 98 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.227-14 JUN 1987 RIGHTS IN DATA—GENERAL As modified by 1852.227-14 NASA FAR Supplement (OCT 1995) 52.227-19 JUNE 1987 COMMERCIAL COMPUTER SOFTWARE -- RESTRICTED RIGHTS 52.232-33 AUG 1996 MANDATORY INFO. FOR ELECTRONIC FUNDS TRANSFER PAYMENT 52.245-2 DEC 1989 GOVERNMENT PROPERTY 52.247-35 APR 1984 F.O.B. DEST W/IN CONSIGNEE'S PREMISES NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES 1852.215-84 OCT 1996 OMBUDSMAN Insert "Sandra S. Ray", "(757) 864-2428", "Tom Luedtke" "(202) 358-2090". 1852.219-76 JUL 1997 NASA 8 PERCENT GOAL 1852.227-86 DEC 1987 COMMERCIAL COMPUTER SOFWARE -- LICENSING FAR 52.212-4 Addenda -- full text: YEAR 2000 COMPLIANCE (May 1998) (a) "Year 2000 compliant," as used in this clause, means that the information technology (hardware, software and firmware, including embedded systems or any other electro-mechanical or processor-based systems used in accordance with its associated documentation) accurately processes date and date-related data (including, but not limited to, calculating, comparing, and sequencing)from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology (IT), used in combination with the information technology being acquired, properly exchanges date and date-related data with it. (b) Any IT provided and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the Contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance, consisting of standard product literature or test reports. (c) The Contractor warrants that any IT items or services provided under this contract that involve the processing of date and date-related data are Year 2000 compliant. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. (d) The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or services whose non-compliance is discovered and made known to the Contractor in writing within 90 days after acceptance. In addition, all the other terms and limitations of the Contractor's standard commercial warranty or warranties shall be available to the Government for the IT items or services acquired under this contract. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Offers -- Commercial Items, applies. The following clauses which are cited in FAR 52.212-5 also apply: 52.203-6, Restriction to Subcontractor Sales to the Government, w/Alt. I. 52.219-4, Notice of Price Eval. Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns. 52.219-14, Limitation on Subcontracting. 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Alt I). The evaluation adjustment factor inserted in paragraph (b)(1) is 10%. If the offeror elects to waive the adjustment, it shall so indicate in its offer. 52.222-26, Equal Opportunity. 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. 52.222-36, Affirmative Action for Workers with Disabilities. 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 52.225-18, European Union Sanction for End Products. 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program. Offers are due to the Contracting Officer specified above, by April 30, 1999, 4:00 P.M., local time. Offers must be signed by an authorized company representative and shall include all information required by FAR 52.212-1. Further, offerors must include completed copies of the provisions at FAR 52.212-3. Offerors must identify the city and state where the item is manufactured and/or where the work is performed. An ombudsman has been appointed. See Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) __ Any referenced notes can be viewed at the following URL:http://cbdnet.access.gpo.gov/num-note.html and http://genesis.gsfc.nasa.gov/nasanote.html Posted 03/31/99 (D-SN315025). (0090)

Loren Data Corp. http://www.ld.com (SYN# 0626 19990402\66-0014.SOL)


66 - Instruments and Laboratory Equipment Index Page