Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2007 FBO #2084
SOLICITATION NOTICE

66 -- Purchase 1 each Space Plasma Diagnostics Teaching Hardware System

Notice Date
8/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA860107T0059
 
Response Due
8/15/2007
 
Archive Date
9/17/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Simplified Acquisition Procedures (FAR Part 13) and the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested. Written solicitation will not be issued. Solicitation FA8601-07-T-0059 is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The Air Force Institute of Technology (AFIT/ENY) has a requirement to purchase 1 each Space Plasma Diagnostics Teaching Hardware System that meets the following minimum specifications: PURPOSE: The purpose of this system is to apply the principles used as established diagnostic and measuring techniques to characterize space propulsion devices. The system is specifically designed to be used as a means of teaching the students about the plasma dynamics and performance of satellite thrusters. GENERAL: The requirement is for a diagnostic system capable of measuring the particle fluxes in an ion satellite thruster. The specific diagnostic tools required for the system are a Langmuir probe, a Faraday Cup, a Retarding Potential Analyzer, a Wein Filter (ExB) probe and a Z-translation stage. The system will have automatic data acquisition and analysis software for the extraction of pertinent statistics to describe the flow. The equipment design shall consider the OSHA and any other applicable specifications and safety standards. The materials and component parts shall be of good commercial quality, consistent with the performance required from the components. Workmanship shall be consistent with best commercial practice. The equipment shall be fully integrated, installed and demonstrated on site. The contractor shall provide training on proper usage of the equipment and all associated software. OVERALL DIMENSIONS: The system will be used in the AFIT High Vacuum Laboratory at Wright-Patterson AFB, Ohio. This facility includes a two-meter diameter vacuum chamber where the instrument will be installed. EXPERIMENTAL FLOW FIELDS: The specific flow fields include low to moderate plasma densities (200 -1500 W Hall Effect Thruster). MINIMUM EQUIPMENT: The following specific testing equipment has been identified in order to perform the required plasma characterization. The system shall include: 1. Cylindrical langmuir probe, power supply, control system, data acquisition system and linear motion drive module 2. Faraday probe with XY translation stage, in and out of vacuum cabling, vacuum feedthroughs, coolant fixtures and coolant feedthroughs, software and a computer for both control and data acquisition 3. Retarding Potential Analyzer and associated components, programmable electrometer capable of sourcing from +100V to -1000V in 50mV steps 4. Wein Filter (ExB) probe, power supply, software and data acquisition system 5. Z-Translation stage capable of moving the Hall Effect Thruster, min tow foot travel. SETUP, INTEGRATION AND TRAINING: Setup and integration of the system at the Air Force Institute of Technology, WPAFB, OH to include training on the proper safety and use of the system in the identified flow field. Foundation work, or other types of building alterations and permits to the final location, as required, is the government?s responsibility. Service connections consisting of water, air drains and electrical power through disconnect switches to the required locations are also the government?s responsibility as well as interconnecting materials. OPERATION AND MAINTENANCE MANUAL: Shall be provided by the contractor. The manual shall consist of the following: Electrical drawings. Major component vendor literature. General arrangement drawing or descriptive literature. Calibration instruction. Operating instruction. INSTALLATION AND DELIVERY: Vendor will deliver the item to AFIT/ENY, Wright-Patterson AFB, Ohio. Requested estimated delivery is 12-16 weeks after receipt of the order. FOB: DESTINATION. (FAR 52.247-34) Vendor will deliver all items to AFIT/ENY, Jay Anderson, 2950 Hobson Way, Bldg. 640, Area B, Wright-Patterson AFB Ohio 45433-7765. Delivery is requested as soon as possible. This requirement is full and open competition. NAICS Code is 541710. Business Size Standard is 500 employees. Solicitation Provisions and Clauses apply to this acquisition and are hereby incorporated: FAR 52.204-6 Data Universal Numbering System (DUNS) Number. FAR 52.204-7 Central Contractor Registration (CCR). FAR 52.209-6 Protesting the Government?s Interest when Subcontracting w/Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-1 Instructions to Offerors-Commercial supplemented by the above instructions. FAR 52.212-2 Evaluation ? Commercial Items, paragraph (a) Evaluation of quotations and subsequent award will be based on a determination of best value to the Government based on technical capability of the items offered to meet the Government requirement and price, with technical capability being approximately equal to price. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Contractor shall be registered in Online Representations and Certifications Application (ORCA)). FAR 52.212-4 Contract Terms and Conditions ? Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders?Commercial Items (with the following clauses ?X?; ?X? FAR 52.222-3 Convict Labor; ?X? FAR 52.222-10 Child Labor-Cooperation with Authorities and Remedies; ?X? FAR 52.222-21 Prohibition of Segregated Facilities; ?X? FAR 52.222-26 Equal Opportunity; ?X? FAR 52.222-36 Affirmative Action for Workers with Disabilities; ?X? FAR 52.226-4 Restrictions on Certain Foreign Purchases; ?X? FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration). FAR 52.219-1 Alternate 1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-25 Affirmative Action Compliance. FAR 52.252-1 Solicitation Provision Incorporated by Reference (Fill-In: http://farsite.hill.af.mil). FAR 52.252-2 Clauses Incorporated by Reference (Fill-In: http://farsite.hill.af.mil). DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7). DFARS 252.211-7003 Item Identification and Validation (Fill-in: N/A). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (with the following clauses ?X? DFARS 252.225-7001 Buy American Act and Balance of Payments Program; ?X? DFARS 252.225-7036 Buy American Act?Free Trade Agreements?Balance of Payments Program; ?X? DFARS 252.232-7003 Electronic Submission of Payment Requests). AFFARS 5352.201-9101 Ombudsman (Fill-in: Ms Debra Haley, ASC/AE, 1755 11th St., Bldg. 570, R113, WPAFB OH 45433-7404 Tel. 937 255-5315, Fax 937 656-7540, e-mail: debra.haley@wpafb.af.mil.) If you would like to receive notice of any amendments and/or addendums that may be issued to this synopsitation, you must register below. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contract financing will not be provided for this acquisition. Be advised that all correspondence sent via e-mail shall contain a subject line that reads ?FA8601-07-T-0059?. If this subject line is not included, be advised that the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson Air Force Base. If sending attachments via e-mail, ensure only .PDF, doc, or .xls documents are sent. The e-mail filter may delete any other form of attachments. The e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Contractor shall be registered in CCR (website: http://ccr.gov) and ORCA (website: https://orca.bpn.gov/login.aspx) prior to award. The Government reserves the right to not make an award. NOTICE TO OFFERORS: Any award resulting from this solicitation will include Electronic Submission of Payment Request. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing statutory requirements. Use of the basic system is at no cost and the winning offeror shall complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices to the production system, contractors must register for an account at http://wawf.eb.mil/. Interested parties are required to submit their quotes to Mrs. Yvonne Thacker, 88th CONS/PKA, 1940 Allbrook Drive, Suite 3, WPAFB OH 45433-5309, AC937 522-4531 or via e-mail at yvonne.thacker@wpafb.af.mil or by fax to AC937 656-1412 Attn: Yvonne Thacker. No special format or form is required for your information; however, you must include business name, and contact information. ** ALL QUOTES ARE DUE BY 4:00 PM EST 15 AUG 2007. (E-mail is preferable method for submission of quotes.) For more information on "Purchase 1 each Space Plasma Diagnostics Teaching Hardware System", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5352
 
Web Link
Purchase 1 each Space Plasma Diagnostics Teaching Hardware System
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5352)
 
Record
SN01367454-W 20070811/070809221433 (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.