Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2006 FBO #1670
SOLICITATION NOTICE

62 -- UV EXCITATION SYSTEM FOR PRESSURE SENSITIVE LUMINESCENT PAINT

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA06162134Q-AMG
 
Response Due
7/10/2006
 
Archive Date
6/21/2007
 
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; 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 lighting system for pressure sensitive paint. A. Description: The lighting system is basically a small, portable device that needs to be able to produce large amounts of light in the appropriate wavelength range, can be modified to run continuously or pulsed as fast as one (1) microsecond, require low amounts of power, and achieve high stability after suitable warm-up time. This is to ensure that optimal accuracy can be obtained from Pressure Sensitive Paint measurements in both lifetime and intensity-based measurements. B. Required Features of the Lights: 1. Shall be able to run continuously or pulsed at rates up to 5000 Hz (10 microsecond or less pulse duration) as required by the user; 2. Shall emit light in the wavelength range of 390 to 410 nm. C. Lights Shall Meet or Exceed these Performance Specifications: 1. Shall emit light in the wavelength range of 390 to 410 nm; 2. Light emitted will have a distribution with the Full Width at Half Maximum (FWHM) being 50 nm or less; 3. Shall come equipped with a filter or other means to ensure that no light is emitted beyond 520 nm; 4. Shall produce at least two (2) Watts of output power; 5. Shall be able to be operated in a continuous or pulsed mode of operation (user selectable and can be accomplished by interchanging components); 6. In pulsed mode of operation, shall be able to operate up to five (5) kHz (5000 pulses/second) with a pulse width up to ten (10) microseconds (rate and width supplied via TTL control); 7. In pulsed mode of operation, light will be fully on within 1 (one) microsecond of receiving TTL pulse (optical rise time); 8. In pulsed mode of operation, light will be fully off within 1 (one) microsecond of the end of the TTL pulse (optical fall time); 9. In pulsed mode of operation, light will have a peak-to peak stability of less than 1percent (i.e. the intensity of light output shall vary 1% or less from pulse to pulse); 10. In continuous mode operation, unit shall be able to turned on with a switch or be able to be turned on remotely using TTL control; 11. In continuous mode operation, unit shall exhibit a root mean square drift of 1% or less for long term stability (after suitable warm-up time); 12. Lighting unit shall be packaged so that the maximum diameter of the entire package is six (6) inches or less; 13. Unit shall be packaged so that it can be mounted to standard optical mounts (e.g. optical posts with ?-20 mounting capabilities); 14. Unit shall operate using standard 120V electrical connection. Offerors shall address each of the items above and detail how their proposed system meets the listed specifications. Items may be separately priced, however a total system price must be indicated. The following forms and/or online submissions must be completed by the offeror: (1) 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. Offerors may also enter their representations at the Online Representations and Certifications Application (ORCA) website: https://orca.bpn.gov/. (2) Offerors must be currently registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at http://www.ccr.gov . (3) Offerors must submit a completed ACH form with their quotation, with their company's banking information for the electronic funds transfer (EFT) of any future invoice payment. An ACH form is available at: http://www.fms.treas.gov/pdf/3881.pdf . (4) All successful offerors must file a 2005 VETS-100 Report with the US Department of Labor, http://vets100.cudenver.edu/ . This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 335129 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center is required within 84 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 12:00 PM Pacific Time, July 10, 2006 to Christine M. Benavides at NASA Ames Research Center, mail stop 227-4 Moffett Field, CA 94035. The quotation must include a list of customers who have purchased identical or similar systems (with complete customer contact information) and solicitation number NNA06162134Q-AMG, FOB destination to this Center (or applicable estimated shipping costs to Moffett Field, CA 94035-1000), 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 are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml I f 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. 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 . The provisions and clauses in the RFQ are those in effect through FAC 2005-08. Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-34. The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman, (Insert: Lewis Braxton (650)604-5068); NFS 1852.223-72, Safety and Health (Short Form) (April 2002; NFS 1852.237-73, Release of Sensitive Information (June 2005). All contractual and technical questions must be in writing (e-mail or fax) to Christine M. Benavides no later than June 28, 2006. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery, Maintenance, Quality, Past Performance, Warranty, etc shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). An ombudsman has been appointed -- See NASA Specific Note "B". 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=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked 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=21#120776)
 
Record
SN01074968-W 20060623/060621221408 (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.