Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2014 FBO #4495
SOLICITATION NOTICE

66 -- MIRROR COATING

Notice Date
3/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG14503925Q
 
Response Due
3/25/2014
 
Archive Date
3/14/2015
 
Point of Contact
Tamika R Seaforth, Simplified Acquisition Spec, Phone 301-286-8386, Fax 301-286-1773, Email Tamika.R.Seaforth@nasa.gov
 
E-Mail Address
Tamika R Seaforth
(Tamika.R.Seaforth@nasa.gov)
 
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 the coating of a flat mirror with multilayer to deflect an EUV beam by 90 degrees, from horizontal to vertical. Vendor shall provide the following: 1 - The vendor will take delivery from NASA Goddard Space Flight Center of a fused silica mirror and return the coated mirror in the same container. The mirror is nominally 300 mm in diameter and 50 mm in thickness. Its front surface, i.e., the surface to be coated with a multilayer, has an RMS roughness in the 2 m-1 mm band of less than 4, an RMS slope error in the 1 mm 250 mm band of less than 1 -rad, and an RMS roughness in the same band of less than 10 nm. The back surface is ground and lapped to a flatness of better than 5 m peak-to-valley. The edges have been properly beveled to prevent chipping. 2 The vendor shall provide NASAs GSFC with the multilayer design data and the theoretical reflectance vs. wavelength and vs. incidence angle. The design, and the coated multilayer, will have an average reflectance in the 13 to 14 nm band at least 25% for unpolarized light at 45 +/- 0.5 degree incidence angle. 3 Vendor shall inspect the mirror upon receipt and will perform necessary precision cleaning before coating to ensure adhesion. 4 Vendor shall coat a small witness mirror at the same time of coating the 300mm diameter mirror, and will conduct at-wavelength measurements of the EUV reflectance of both the witness mirror and the 300mm diameter mirror. The reflectance of the witness mirror must be empirically demonstrated to meet the above requirements. The vendor shall measure the reflectance of the 300 mm diameter mirror at 12 locations, at 45 degree incidence, that sample the central 250mm clear aperture of 300mm in diameter mirror. Vendor shall provide all data to NASAs GSFC. In addition vendor shall, as part of its proposal, provide a schedule for completing the work after receipt of order. The provisions and clauses in the RFQ are those in effect through FAC 2005-72 This procurement is a total small business set-aside. The NAICS Code for this procurement 333314. 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 NASAs GSFC is required within 3-4 weeks ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by March 25, 2014 2:30PM EST via email to Tamika.R.Seaforth@NASA.GOV and must include, 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, 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. FAR 52.212-4 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 2.1.1 52-209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing via email to individual listed below no later March 20, 2014 2:30PM EST. Telephone questions will NOT be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. 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 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG14503925Q/listing.html)
 
Record
SN03311681-W 20140316/140314235032-ef9af680cea36369c7df1edff7f5f43f (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.