Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1998 PSA#2150

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

66 -- VACUUM OPTICAL CLOSED CYCLE REFRIGERATOR SYSTEM SOL 1-074-GKC.1337 DUE 081498 POC Artistine Lethcoe-Reid, Purchasing Agent, Phone (757)-864-2432, Fax (757) 864-9774, Email A.LETHCOE-REID@larc.nasa.gov -- James W. Cresawn, Contracting Officer, Phone (757)-864-2500, Fax (757) 864-7898, Email J.W.CRESAWN@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-074-GKC.1337. E-MAIL: Artistine Lethcoe-Reid, A.LETHCOE-REID@larc.nasa.gov. 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). 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). ONE EACH OF A Variable Temperature Low Vibration Sample In Vacuum Optical Closed Cycle Refrigerator System. * <15K to 325K Operating Temperature Range * 5 Watts Nominal Cooling Power At 20K * 20 Watts Nominal Cooling Power At 77K * A mechanical refrigerator coldhead with sealed helium gas as the refrigerant medium. A heater and sensor installed on the tip of the coldhead which allows the operating temperature to be varied between 10K and 325K * An air-cooled compressor that compresses helium gas to approximately 16 atmospheric pressure and injects the high pressure gas into the coldhead by means of a flexible stainless steel hose. A low pressure stainless steel hose line returns the expanded helium gas back to the compressor to complete the cycle. * 10 feet interconnecting hoses and control cable * 2.00 inch diameter clear optical quartz window * 2.50 inch diameter vibration damped sample mount * 4.25 inch outside diameter (4.18 inch inside diameter) radiation shield * 7.00 inch from sample mount to radiation shield base * 10-pin electrical feedthrough * (3) spare blank feedthrough ports * External bellows vibration isolation assembly * Evacuation valve with safety pressure relief * Startup toolkit with operation manuals 2. (4 each) Demountable calibrated silicon diode temperature sensors * Installed and tested on coldhead, sample mount, and for mounting on users test article. * 1.4K to 325K calibrated temperature range +/- 50 mK accuracy 3. Multiple channel autotune temperature controller which coupled to the feedback from the temperature sensor will output a control current to the heater to regulate the temperature to a set value. * 20 bit ADC * 3 Term PID control and table modes * Dual heater outputs (50W digital, 1W analog) * Eight sensor inputs * 10 microamps to 1 milliamp DC sensor excitations * IEEE-488 and RS232 computer interfaces * Fully integrated and tested with system 4. Autocontrol windows software * IEEE-488 and RS232 compatible * Simultaneous displays with point and click operations * Sensor curve loading, modifying and saving * On-screen chart recorder * Auto PID tables * Data capture with full DDE support * On-line help 5. Pumping station * 2-stage, 16 CFM mechanical rotary-vane vacuum pump that can evacuate a volume of space from atmospheric pressure to nominally 10-3 mbar * Thermocouple vacuum gauge with analog readout * Bellows style vacuum valve * Stainless steel interface line * Vent/backfill valve * Oil mist eliminator 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 3585 and 500 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 shall be FOB Destination. The DPAS rating for this procurement is DO-C9. 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 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. SN 55067 M015-97-SRH-096 30 April 1997 National Aeronautics & Space Administration Langley Research Center Hampton, VA 23665-5225 Attention: Sharyn Hilstrom Contracting Officer Mail Stop 126, Bldg 1195B/ Room 233A Subject: Contract NAS1-19039 Overtime Premium TRW requests an increase to the amount identified in the contract for Phase 2 overtime premium. Said amount should be increased by $72,320 from $130,573 to $202,893. This request is necessary due to the extended work week we experienced in the delivery of FM 1 and FM 2 and the current delivery schedule for the remaining instruments. If additional information is needed, please do not hesitate to contact me at (310) 814-0301. TRW INC. SPACE & ELECTRONICS GROUP Saundra R. Hill Contracts Manager Space & Technology Division cc: S. Carman, M3/2034 R. Negron, M3/2034 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, 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, 52.222-36, 52.225-3, 52.225-18.] Questions regarding this acquisition must be submitted in writing no later than 08/05/98. 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). Any referenced notes can be viewed at the following URL: ttp://cbdnet.access.gpo.gov/num-note.html and http://genesis.gsfc.nasa.gov/nasanote.html. Posted 07/30/98 (D-SN230671). (0211)

Loren Data Corp. http://www.ld.com (SYN# 0469 19980803\66-0025.SOL)


66 - Instruments and Laboratory Equipment Index Page