Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2002 FBO #0251
SOLICITATION NOTICE

58 -- EXCIMER LASER SYSTEM

Notice Date
8/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFO3-203161
 
Response Due
8/15/2002
 
Point of Contact
Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@grc.nasa.gov
 
E-Mail Address
Email your questions to Glen M. Williams
(Glen.M.Williams@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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). 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 Offer (RFO) for: Item 1) one Excimer Laser Flourine Version, Lambda Physik Model LPX 305I or equal, Item 2) one set of documentation, Item 3) Checkout of item 1, and Item 4) training in the operation and calibration of item 1, and Item 5) Standard Warranty of item 1. The Contractor shall furnish the above items in accordance with the following specifications. 1. The excimer laser shall operate with fluorine gas: 2. The excimer laser shall have the following energy levels measured in milli-joules (mJ) for the corresponding wavelengths. The energy output levels shall be up to 650 mJ, 1200 mJ and 248 mJ at the wavelengths of 193 nm, 248 nm and 351nm, respectively (nm = nanometers). 3. The average power measured at maximum repetition rate shall reach up to 25 watts (W), 50W and 15 W at the wavelengths of 193 nm, 248 nm and 351nm respectively. 4. The maximum repetition rate in Hertz (Hz) shall reach up to 50 Hz for all of the three wavelengths of operations, 193 nm, 248 nm and 351nm. 5. The typical beam dimensions measured in vertical and horizontal directions shall reach at least 10 to 15x30 millimeters (mm) for all three wavelengths of operations, 193 nm, 248 nm and 351nm. 6. The typical beam divergence in vertical direction shall be less than 1 milliradiant (mrad) and in horizontal direction shall be less than 3 mrad for all of the three wavelengths of operations; 193 nm, 248 nm and 351nm. 7. The nominal value of pulse duration shall be 20 nanosecond (ns), 25 ns and 30 ns or less at the wavelengths of 193 nm, 248 nm and 351 nm, respectively. 8. The pulse-to-pulse energy stability measured in percentage of the standard deviation shall not exceed ?5 % for 193 nm and shall not exceed ?3 % for both 248 nm and 351 nm. 9. High voltage electronics of the laser shall be protected. 10. The thyratron switching-voltage shall be kept to 26 kV or less while meeting all specifications. 11. The laser shall offer the feature of automated gas fills from three individual gas cylinders or from a single cylinder of premixed laser gas. The laser shall not have polymer closure materials which can react with gas. The laser shall have quick access panels on top of the laser. All sides shall be removable for service. 12. All capacitors shall be located outside the laser tube to avoid the contamination of the laser tube free from foreign material. 13. The laser shall run on three-phase power with a current draw of less than 30 A. 14. The laser system shall provide the feature that all specifications can be achieved with a single set of optics. 15. The laser system shall have a RS232-linked keypad control that offers fully automated gas exchange and control over operation conditions, such as repetition rate, stabilized-constant energy function or high voltage control. 16. The laser shall be able to be controlled remotely by an external computer through a RS232 connection or by a fiber connection with appropriate interface board and fiber optics. 17. Shall have internal interlocks for safety as well as a remote interlock socket to be used as a room or door interlock. Item 2 Documentation The Contractor shall furnish 1 set of instruction/maintenance manuals that, as a minimum, instructs in the safe set-up, calibration, and operation of the excimer laser and associated software, and the normal preventative maintenance procedures required. Item 3 Installation and Checkout. The Government shall install the System at NASA Glenn Research Center (GRC) within 30 days of delivery. The Contractor shall contact NASA within two weeks of delivery of the laser to schedule a visit by a trained factory representative(s) to perform a checkout of the laser system after it has been installed to ensure it operates in a safe manner meeting all functionality specifications listed in this document. This visit shall not exceed 2 days and the actual date(s) shall be via mutual agreement between the Government and Contractor. Checkout shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC. Item 4 Training and Calibration Within one year after delivery, the Contractor, at the request of the NASA, shall visit NASA GRC for a period not to exceed 2 days to calibrate and adjust item 1. The Contractor, while at NASA GRC during this period shall also consult with and/or train the NASA personal in the safe operation of item 1. The actual date(s) shall be via mutual agreement between the Government and Contractor and shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC. Item 5 Maintenance and Standard Warranty As part of the system requirements, the Contractor shall provide their commercial warranty. The provisions and clauses in the RFQ are those in effect through FAC 01-07. The NAIC code is 334510 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center is required within 45 days of award. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 15, 2002, 4:30p.m. GRC local time and may be mailed or faxed (if not more than 10 pages) to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, (216) 433-2480 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page(s) printout showing the price for items 1 thru 5 may be required at the discretion of Contracting Officer after the close date for receipt of offers to verify the prices proposed are not more than what would be quoted to any commercial customer. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation. NASA is not responsible for non-receipt of faxed offerors due to mechanical malfunctions or other reasons. Offerors shall provide the information required by FAR 52.212-1 and the following: If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clause: _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). __ (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.SC. 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, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). X_ (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). __ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (18) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a - 10d). __ (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I of 52.225-3. __ (iii) Alternate II of 52.225-3. __ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). X_ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). __ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). __ (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). X_ (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). __ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). __ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). __ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). __ (ii) Alternate I of 52.247-64. (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: NONE 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 Award will be based upon overall best value to the Government among those offers that meet the specifications of Item 1 thru Item 5 above. Consideration will given to the factors of meeting specifications, total price, and past performance. Other critical requirements (i.e., delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. 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 (see specifications above) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Best Value Criteria: The following will be BVC considerations: 1. Delivery of 30 days or less after award. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#102645)
 
Record
SN00136620-W 20020810/020808213957 (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 |
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.