Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 18,1998 PSA#2097

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

66 -- ACOUSTO-OPTIC Q SWITCHES FOR 0.946 MICROMETER AND 2.052 MICROMETER SOL 1-147.GLF.2216 DUE 052998 POC Betsy Page, Purchasing Agent, Phone (757)-864-2405, Fax (757) 864-8863, Email E.C.PAGE@larc.nasa.gov -- Joan Y. Crepps, Contracting Officer, Phone (757)-864-2521, Fax (757) 864-8863, Email J.Y.CREPPS@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-147.GLF.2216. E-MAIL: Betsy Page, E.C.PAGE@larc.nasa.gov. 1 each of an Acousto-Optic Q-switch for 0.946 Micrometer and 1 each of an Acousto-Optic Q-switch for 2.052 micrometer both to include the following: Material: Rutile or Tio2; window configuration: Plane with 1 Deg. wedge. reflectivity: 0.001 at center wavelength or less. scratch/dig 20/10. Flatness: Lambda/10 AT 0.633. R.F. center frequency: 24.12 Mhz. Active aperture height: 5.0mm. Total aperture height: 10.0mm. Sonic Velocity: 10,300m/s. Optical rise time 63ns/mm of beam diameter. Diffraction efficiency: 0.40 (40percent At 55W of RF) Optical Polarization: Randon RF input impedance: 50 Ohms voltage standing wave ratio: 1.25 or less. RF Electrical Bandwidth: 12 Mhz min RF connection: BNC. Mount: Water cooling, both sidews of modulator water flow: 250ml/min at 23 Deg. C. Must be compatible with existing intraction driver model GE-2475. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). 1 Each Acousto-Optic Q-Switch for 0.946 Micrometer 1 Each Acousto-Optic Q-Switch for 2.052 Micrometer The provisions and clauses in the RFQ are those in effect through FAC 97-04. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3625 and 750 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Langley Research Center, is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A7. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact or bid distribution office, by the date/time specified and 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Please note that payments are to be made by electronic funds transfer, accordingly, you must provide the mandatory information for electronic funds transfer with your representations and certifications. Failure to provide this information may delay or prevent the receipt of payments through the Automated Clearinghouse Payment System. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.214-34, 52.214-35, 52.219-6, 1852.215-84 and 1852.225-73. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3 Questions regarding this acquisition must be submitted in writing no later than May, 26, 1998. Quotations are due by 2:00 p.m. local time, May 29, 1998 to the address specified above and to the attention of the Bid Depository. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". 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 combination synopsis/solicitation and amendments (if any). (0134)

Loren Data Corp. http://www.ld.com (SYN# 0302 19980518\66-0017.SOL)


66 - Instruments and Laboratory Equipment Index Page