Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2006 FBO #1642
SOLICITATION NOTICE

C -- TESTING DIODE LASERS

Notice Date
5/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG06145876Q
 
Response Due
6/14/2006
 
Archive Date
5/24/2007
 
Description
NASA/GSFC has a requirement for the modification and testing of 980 nm pump diode lasers in accordance with the following statement of work: The following work shall be conducted by the vendor under this contract. 1. The vendor will develop a test plan that covers the proposed time period of one year. The plan will include analysis, modification, testing, reliability assurance and degradation analysis of JDSU 980 nm single mode lasers with non-standard fiber Bragg gratings attached. The test plan will include a description of the procedures and test documentation. This will include description and analysis of laser designs under test, development of required test equipment (if any), and facilities to support the testing and support for the degradation study. The initial laser characterization will include sufficient documentation to support evaluation and interpretation of reliability test results. The vendor will work closely with NASA, in the development of test plan, as needed. Ten hermetically sealed, packaged, single spatial mode diode lasers will be purchased from JDSU. They will have 0.1 nm fiber bragg gratings spliced on the ends to narrow the spectrum. They will be characterized and then some put on reliability tests at 500 mW, constant-wave operation. Some test articles will also be delivered to NASA. Characterization of devices will include the following: - output power - spectral characteristics Characterization and test configurations and conditions may be modified in consultation with NASA Goddard if other conditions are more appropriate. 2. The experimental results will be delivered in a report. The report will be in the form of vu-graph charts. In addition, the following deliverables must be submitted: 1. Conducting the performance tests above at the vendor location 2. Data report in the form of viewgraphs 3. Three frequency narrowed laser diode packages 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. All responsible sources may submit an offer which shall be considered by the agency. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Oral communications are not acceptable in response to this notice. Technical questions should be directed to the attention of Theresa A. Stevens via email at Theresa.A.Stevens@nasa.gov or via facsimile at 301-286-0794 by 06/05/2006 by 3:30 p.m. EST. This procurement is being conducted full and open competition. The NAICS Code for this procurement is 541330 and the size standard is $4 million respectively. The DPAS rating for this procurement is DO-C9. INSTRUCTIONS FOR OFFERORS: Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 All proposals must include the following additional information: 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. Vendors must submit the following information: - Two copies of their proposal - Reps and Certs - Any other relative information Via email, fax or mail to Theresa A. Stevens, NASA/GSFC, Mail Code 210.3, B11, Rm C001, Greenbelt, MD 20771; Email: Theresa.a.stevens@nasa.gov: or fax 301-286-0794. Responses are due no later than 06/12/2006 at 3:30 p.m. EST. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://servero.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. SOLICITATION CLAUSES AND PROVISIONS The provisions and clauses are those in effect through FAC 05-09. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-19, 52.222-21, 52-222-26 52.222-35, 52-222-36, 52-222-37, 52.225-1, and 52-232-34. NASA FAR Supplement clauses: 1852.204-74 CENTRAL CONTRACTOR REGISTRATION; 1852.223-72 safety and health (short form); and 1852.225-70 Export Licenses are also incorporated by reference. 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 SELECTION CRITERIA Selection will be made in accordance with FAR 15.101. Award will be made via ?Best Value?. The evaluation criteria listed below is in the order of relevance: - Technically Acceptable - Past Performance - Lowest Price Technical acceptability will be determined by review of information submitted by the offeror, which must provide a description in sufficient detail to show that the product offered meets the Government requirement. Past performance shall be conducted in accordance with FAR 15.305(a)(2) and NFS 1815.305(a)(2), ?Past Performance?. Past Performance Questionnaire is provided as Exhibit (1) to this solicitation. Offerors (including major subcontractors when applicable) shall complete the offeror fill-in sections of the questionnaire and forward this questionnaire to their customers for final completion. Offerors shall include a summary of all representative customers whom it has provided Past Performance Interview/Questionnaire Forms and advise those customers of the past performance proposal due date. Customers shall complete the questionnaire and forward the completed forms directly to: NASA/GSFC Attn: Theresa A. Stevens/Mail Code 210.3 Solicitation Number: NNG06145876Q Building 11, Room C001 Greenbelt, MD 20771 Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any. An ombudsman has been appointed - See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs link below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#120286)
 
Record
SN01056756-W 20060526/060524221541 (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.