Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOLICITATION NOTICE

66 -- YAG LASER SYSTEM

Notice Date
6/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07205609Q
 
Response Due
7/10/2007
 
Archive Date
6/29/2008
 
Small Business Set-Aside
N/A
 
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 YAG Laser System (one each) with the following specifications: 1. The laser system, hereafter referred to as the 'laser', shall be a Q-switched flashlamp-pumped Nd:YAG type with a second harmonic (532 nm) output and means of separating the fundamental 1064 nm light from the 532 nm using dichroic mirrors. 2. The laser light output characteristics at 532 nm shall have at least 380 mJ per pulse of energy at a repetition rate of 20 Hz, with a minimum temporal width of 8 ns (fwhm), and a maximum spectral bandwidth of 1 cm-1 (fwhm). 3. The laser shall have at most, 0.05 mrad of beam pointing stability and +/- 3 % pulse-to-pulse energy stability. 4. The laser shall have a 'long-pulse' mode to permit the safe and accurate beam alignment at full flashlamp power. The long pulse mode generates a series of very low energy pulses of order 2 mJ cumulative energy within the pump envelope of the lasing medium at a rep rate of 20 Hz. This mode is a mission critical requirement. 5. The laser shall be powered by 220 VAC single-phase electrical power at 25 amps. 6. The laser shall require no more than 2.0 gal/min of cooling water flow at 50 psi and 70 deg F. 7. The laser shall have gold-plated elliptical flashlamp pump chambers for maximum power efficiency, with field-replaceable lamps that do not alter laser alignment. The gold plated elliptical pump chambers are a mission critical requirement as they provide the most uniform laser rod illumination and have the longest longevity to minimize downtime of the laser. 8. The laser shall have a means of automatically circulating the de-ionized water system to prevent contamination of wetted optical surfaces. 9. The laser power supply cabinet shall have a maximum height of 29.5 inches in order to fit underneath standard optical tables during use. 10. The Contractor shall offer their standard commercial warranty. The provisions and clauses in the RFQ are those in effect through FAC 05-17. The NAICS Code and the small business size standard for this procurement are 334510 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/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within eight (8) weeks from date of purchase order. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by July 10, 4:30 p.m, GRC local time to NASA/Glenn Research Center, Attn: Heidi D. Shaw, MS 500-319, 21000 Brookpark Road, Cleveland, OH 44135, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), CAGE Code, DUNS No., 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 (JAN 2006). 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. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 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, 52.222-36, 52.225-1, 52.225-3, 52.225-13, 52.232-34, 52.222-26, 52.222-35, 52.222-36. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Heidi D. Shaw not later than July 5, 2007. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. 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's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. -OR - The following paragraph may be completed: "The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications --Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs___________." [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These representations and certifications will be incorporated by reference in any resultant contract. These may be obtained via the internet at the following URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . An 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): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 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 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#125618)
 
Record
SN01331990-W 20070701/070629231906 (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.