Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2016 FBO #5308
MODIFICATION

66 -- CW Laser

Notice Date
6/3/2016
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
4200589415-AWT
 
Archive Date
7/2/2016
 
Point of Contact
Wendy Takeguchi, Phone: 6506042964, Michael J. Hutnik, Phone: 650-604-4195
 
E-Mail Address
wendy.l.takeguchi@nasa.gov, michael.j.hutnik@nasa.gov
(wendy.l.takeguchi@nasa.gov, michael.j.hutnik@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation #4200589415-AWT, 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The information required by FAR Subpart 12.6 is included in the on-line RFQ. NASA/ARC has a requirement to purchase one (1) CW laser for Rayleigh scattering experiment: We are setting up a molecular Rayleigh scattering experiment in the Fluid Mechanics Laboratory to measure fluctuations in density, velocity and temperature in high speed airflows. The current capabilities for such measurements are very limited, and for some applications, non-existent. The Rayleigh scattered light from the gas molecules will be spectrally analyzed to determine Doppler shift and thermal broadening which provide a measure of velocity and temperature. The central element for this setup is a single line width, stabilized, continuous-wave, laser. Since the Doppler shift is expected to be between 30MHz to 100MHz, the linewidth shall be <5MHz. Other requirements: Power: 6W CW, TEM00 Power Stability: +- 1% Wavelength: 532nm Polarization: 100:1 Linewidth: 5MHz rms (true single longitudinal mode) Noise: 0.02% rms Maximum beam diameter: 2.5mm Beam Divergence: <0.5 mrad Water Riser Chiller (for maintaining a stable laser head temperature during prolonged operation) Laser Cost: ________________ Shipping Cost: _____________ Total Cost: ________________ Six (6)Week Delivery Period: Y/N Delivery to NASA Ames Research Center is required within 6 weeks from date of award. Delivery shall be FOB Destination. This is a full and open RFQ. The North American Industry Classification System (NAICS) code is 334516. Offerors must list this NAICS code in their company's SAM registration to be considered for award. All responsible sources may submit an offer. Prospective offerors shall notify this office of their intent to submit a quotation. Questions regarding this acquisition must be submitted in writing (by e-mail only) no later than 3:00 PM (PST) on 7 June 2016. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). Proposals are due no later than 1:00pm (PST) on 17 June 2016, to the Contract Specialist, wendy.l.takeguchi@nasa.gov, and shall include a firm fixed price for Laser, Shipping Cost and delivery date if different than 6 weeks, warranty duration (if applicable), a taxpayer identification number (TIN), identification of any special commercial terms, and shall be signed by an authorized company representative. Offerors must include completed copies of the provision at 52.212-3 Offeror Representations and Certification-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. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm. The NASA FAR Supplement may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offerors shall provide the information required by FAR 52.212-1, Instruction to Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs (j) and (k) that require all offerors to have a DUNS number and current CCR registration. FAR 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not provided in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Offerors shall provide the information required by FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If the offeror has already entered their representations and certifications at the Online Representations and Certifications Application (ORCA) at https://orce.bpn.gov/, offerors are only required to complete paragraph (b) of the provision. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Submission of Invoices (ARC 52.232-90), 52.247-34 F.O.B. Destination, 1852.215-84 Ombudsman, 1852.225-70 Export Licenses, 1852.237-73 Release of Sensitive Information. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified FAR clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 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 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination The following NFS clauses will also be incorporated into the resultant purchase order: NFS 1852.223-72 Safety and Health(Short Form) NFS 1852.225-70 Export Licenses NFS 1852.215-84 Ombudsman. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/4200589415-AWT/listing.html)
 
Place of Performance
Address: Delivery To: NASA Ames Research Center, Mail Stop 255-3 Receiving Station, Moffett Field, CA 94035-0001, Moffett Field, California, 94035-0001, United States
Zip Code: 94035-0001
 
Record
SN04138082-W 20160605/160603234545-76e7f40d6c108237b34a65cb135d8f96 (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.