Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2014 FBO #4598
SOLICITATION NOTICE

66 -- COMPACT AND PORTABLE DYNAMIC LIGHT SCATTERING INSTRUMENT

Notice Date
6/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC14517516
 
Response Due
7/8/2014
 
Archive Date
6/25/2015
 
Point of Contact
Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 Request for Quotations (RFQ) for; 2nd Generation Compact and Portable Dynamic Light Scattering Instrument for Vitreous Studies. System lock-up and glitches will be addressed and fixed along with needed improvements/changes to the software. The downloading protocol of data files will be reworked. The present system creates file with an arbitrary file name with no consistency. A new naming convention will be agreed and will be implemented. The Summary Sheet will have proper headers including other parameters not currently found in summary sheet. A list of all the required parameters will be agreed and will be implemented. The summary sheet should not be amended. A new summary sheet needs to be generated each time, new sheet following a new scan. Once a new scan is accepted the DLS measurements will begin. The data download process should be renaming files and produce the necessary graphs for the scan, Exponential sampling as well as the corresponding Correlation function. 1: The motorized portion of the system will to have the ability to do the following. Best effort will be made to allow the operator to abort a scan if it appears to be bad, meaning a possible misalignment issue and immediately return to the default home settings. The motorized system must have the ability to set a threshold for intensity values. (i.e. 8000-12000 k/counts/s) prior to performing a scan. The user will have the ability to set the home position at the location determined as cornea. The operator will have this ability at the conclusion of the scan. This allows the operator to have more control over the Home Position as each eye is different. 2: Data Processing will be less confusing and easily viewed. Data processing should incorporate the quick analysis of the data (Correlation and Size Distribution) in an Excel program, generated automatically. Software needs to allow the operator to have the ability for scale change or zoom on the scan graph to allow observation of finer details in the scan to help with picking DLS locations. Operator ID and Notes should be documented and easily accessed. The operator ID, OD, OS, and information should be recorded with each scan or DLS file. All files should have the ability to be reloaded or Download Database into any Brook Haven program on any computer. 3: The system operating manual will be updated to reflect the changes. In addition, a complete part list and hardware schematics will be provided as well as the software source code. 4: A new dual wavelength DLS system will be designed. This is the major refinement over the 1st generation system to fine tune the instrument to detect small proteins in the vitreous. Since the scattered light intensity is inversely proportional to the laser wavelength to the power 4 or (1/λ4), the new system will add around 520 nm with around 635 nm laser. WORK ELEMENTS : 1. Hardware Development 1-1. Design and fabricate 2 fiber optic DLS probes. 1-2. Assemble a portable DLS system. 2. Software Development 1-1. Design software that provides interface to both motion control and correlator control from a single window. 1-2. Incorporate static scan/interface detection function and automated analysis reporting function in the software. 3. System Integration and Test 1-1. Integrate both hardware and software to create a seamlessly functioning DLS system. 1-2. Test and verify system functionalities PERIOD OF PERFORMANCE : 3 months Task Schedule This schedule is based on the assumption that the work will begin no later than 10 days after receipt of order. 1. Finalize hardware and software architecture, and identify/order key components within two weeks. 2. Receive all the key components within two weeks. 3. Fabricate two fiber optic imaging probes within ten weeks. 4. Assemble hardware within ten weeks. 5. Complete software coding within twelve weeks. 6. Integration, testing, and the system delivery within twelve weeks. to NASA GRC 7. Provide on-site training at GRC personnel and system testing on polystyrene standards within twelve weeks. Instrument Specifications Description - Specification - Unit Source: Number of Lasers; 4 Laser Wavelengths;52020, 52020, 63520, 63520nm Laser Power (at the output); 8, 8, 10, 10mW Detector: Number of Detectors;2 Detector Type; APD Output Type;TTL Peak Quantum Efficiency (@700nm);70% Dynamic Range;35Mcps Detector Dark Count; <500Cps Wavelength Range; 400-1060nm Motion Control: Number of Axis; 3 Motor Type; DC Servo Travel Range; 50mm Bidirectional Repeatability;1.6um Home Location Accuracy; 4.0um Maximum Velocity; 2.4mm/s Vertical Load;<4Kg Horizontal Load; <10Kg Digital Correlator: Number of Input Connectors; 4 Number of Low Speed Channels;240 Number of Mid Speed Channels;256 Number of High Speed Channels;14 Fiber Optic DLS Probe: DLS Probe Angle (in air); 150-170 deg. Penetration Depth (in air); >20mm Scattering Volume Diameter (1/e level, in air); <50um Measurement Range (Concentration); 0.0001-10.0 % Measurement Range (Diameter); 1-1000nm Controller Unit: Processor; Intel I3 or better Memory; >/=4GB Hard Drive; >/=500GB Display Size; >12 inches Overall: AC Power Voltage; 100-240V AC Power Frequency; 50-60 Hz Power Consumption; 200W Operating Temperature; 15-35 deg.C Storage Temperature; 0-50 deg.C The provisions and clauses in the RFQ are those in effect through FAC 2005-79. http://nais.nasa.gov/far/ This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334516, 500 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 GRC is required. Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail) to Dorothy.e.viancourt@nasa.gov not later than July 1st, 2014. Telephone questions will not be accepted. Offers for the items(s) described above are due by JULY 8TH, 2014 (NOON) to Dorothy.e.viancourt@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. Addenda to FAR 52.212-1. 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. Addenda to FAR 52.212-4. 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: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACTOR AWARDS 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.209-10 PROHIBITION OF CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.222-3 CONVICT LABOR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-21 PROHIBITION OF SEGREGATED FACILITIES 52.222-26 EQUAL OPPORTUNITY 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-1 BUY AMERICAN--SUPPLIES 52.225-3 BUY AMERICAN--FREE TRADE AGREEMENTSISRAELI TRADE ACT 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFERSYSTEM FOR AWARD MANAGEMENT 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 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, shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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/GRC/OPDC20220/NNC14517516/listing.html)
 
Record
SN03406294-W 20140627/140625235345-68b433a36dd41a861042c40fd3cedbaa (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.