SOLICITATION NOTICE
59 -- LASER TRIMMER
- Notice Date
- 2/7/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- 3-189563
- Response Due
- 2/21/2002
- Archive Date
- 2/7/2003
- Point of Contact
- Carol K. Sharp, Contracting Officer, Phone (216) 433-2771, Fax (216) 433-2480, Email Carol.K.Sharp@grc.nasa.gov
- E-Mail Address
-
Email your questions to Carol K. Sharp
(Carol.K.Sharp@grc.nasa.gov)
- 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Laser Trimming/Cutting System, 1 ea., per the following: SYSTEM DESCRIPTION The system is intended to function as a trimming system for adjusting the resistance of thin sputtered films of various metal alloys and also to function as a cutting tool to fabricate thin metal components of small and complex shapes. The system shall consist of a laser, a positioning system for moving the beam and/or sample, a video viewing system, and a computer control system. The system shall be enclosed in an eye-safe enclosure for the safety of the operator. A vacuum system shall be provided to collect debris from the trimming and cutting operation. The system shall be powered by a standard 120/210 VAC drop and cooled by 50 degree F. house cooling water, if necessary. SAMPLE DATA The sample substrate will vary in size from as large as 12" X 12" X 0.5" to as small as 0.25" X 0.25" X 0.010". The substrate may be non-flat (e.g.a curved or sloped surface). The trim area shall be limited to no more than 3" X 3". The alloys to be trimmed and cut shall include, but are not limited to, platinum-13%rhodium, palladium-13%chromium, pure platinum & pure tungsten. The thickness of the alloys will range from 0.1 microns to 50 microns. The substrate material for the thin films to be trimmed will range from aluminum oxide to silicon carbide ceramic matrix composites to super alloys such as MARM-200. The thicker alloys to be cut will be freestanding. LASER AND OPTICS The laser shall be of such a size (output power, pulse repetition rate, pulse width and wavelength) to perform the necessary trimming and cutting operations as described above. The laser shall perform the operations at no more than 75% of maximum power, that is, the laser shall have a minimum of 25% power margin left in performing the trimming/cutting operations. The laser shall be capable of operating in the infrared (IR) and green portion of the spectrum. The change over from IR to green and back shall not require more than one hour of setup time by the operator. The laser power to the smaple shall be computer-controlled and adjustable by the operator. POSITIONING SYSTEM The position system shall be capable of holding a 12" X 12" sample onto a vacuum chuck. The vertical space (z-axis) for the sample shall be at least 6". The overall course travel shall be 12" X 12" (x and y axis) with an accuracy of at least 0.00". In addition there shall be a fine positioning system capable of positioning the spot on the sample within 3 microns. The vacuum chuck shall be capable of manually rotating the sample 360 degrees. The position of the beam focus (z-axis) shall be computer controlled over a range of at least 0.5". VIEWING SYSTEM The viewing system shall consist of at least one video camera, monitor and associated optics. The system shall be capable of viewing the sample's surface while trimming is taking place. The field of view shall be 1" X 1" for low-resolution, 0.3" X 0.3" for medium-resolution, 0.05" X 0.05" for high-resolution, and 0.010" X 0.010" for super-high-resolution viewing. The field of view shall be capable of being switched from the low-resolution to the super-high-resolution view by computer control. COMPUTER CONTROL The computer control system shall be used to control all aspects of the trimming and cutting operation, including measuring the sample parmeters (i.e., resistance). All software that will be required for operation shall be included. The computer control system shall be capable of making programmed cuts and/or trims automatically. Software shall be included to translate AutoCAD (latest and previous verisons) files to programs to control the operation of the system. The control system shall have a built-in multimeter with the capability to make 2 and 4 wire resistance measurements from 1 ohm to 10 megohms with an accuracy of at least 0.5" of full scale. OTHER Two copies of each an operators manual, and service manual shall be provided. All necessary training for at least two persons shall be provided. The provisions and clauses in the RFQ are those in effect through FAC 97-27. The NAICS Code and the small business size standard for this procurement are 334516 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 6 weeks. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by COB 2/21/02 and may be mailed or faxed to Carol K. Sharp, Glenn Research Center, Mail Stop 500-306, 21000 Brookpark Road, Cleveland, OH 44135, FAX: 216-433-5185, and 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer shall check as appropriate.] _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). _X__ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. _X__ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii)___ Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _X_ (12) 52.222-26, Equal Opportunity (E.O. 11246). _X_ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X__ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). _X__ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X__ (16) 52.222-19 Child labor--Cooperation with Authorities and Remedies (E.O. 131250 _X__ (17) 52.225-5,Trade Agreements (19 U.S.C. 2501et seq., 19 U.S.C. 3301 note). _X__ (18) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). ___ (19) 52.225-18, European Union Sanction for End Products (E.O. 12849). ___ (20) 52.225-19, European Union Sanction for Services (E.O. 12849). ___ (21)(i) 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187). ___ (ii) Alternate I of 52.225-21. ___ (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). _X__ (23) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). ___ (24) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ___ (25) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). _X__ (26) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than February 14, 2002. 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; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, 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). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#100144)
- Record
- SN00024128-W 20020209/020207213456 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |