Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155

NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135

66 -- TUNABLE DIODE LASER SYSTEM SOL 3-099389 DUE 081498 POC Michelle A. Mader, Contract Specialist, Phone (216) 433-2765, Fax (216) 433-2480, Email Michelle.A.Mader@lerc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LeRC/date.html#3-099389. E-MAIL: Michelle A. Mader, Michelle.A.Mader@lerc.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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for: Item 1 -- A Tunable Dual Diode Laser System, Qty. 1 ea., In accordance with the following specification -- The System shall include a: (A) Laser system -- liquid nitrogen cooled diodes and detectors in the same dewar; dual diode stages for simultaneous multiple species detection; temperature stabilized optical bench for minimizing instrument drift; shock mounting for mobile field platform; computer controlled *dual diode laser controller *five (5) laser diodes, one each for SO2, SO3, NO, NO2 and CO2 (H2O can be detected by these lasers) *one (1) dual diode cryogenic dewar with auto-fill *two (2) cryogenic infrared detectors *optical system with two (2) signal legs and one (1) combined reference leg *plexiglass cover for optical system *reference monochromator *reference gas cells and detectors *vacuum pump *electronics rack *parallel visible optical system for alignment and setup (B)Data acquisition system -- rapid scan (300 kHz) sweep integration with continuous signal averaging; curve fitting to direct absorption lines using spectoscopic line parameters *minimum 200 MHz Pentium computer with fast D/A board *interface to the diode laser controller *data acquisition and analysis software (C)Spectral analysis system *standard spectrum data base *special spectrum data base established for SO2, SO3, NO, NO2, CO2 with H2O line interference at engine exit conditions The entire system shall be covered by the manufacturer's standard one-year warranty covering all system components except the open path mirrors. Item 2 -- Training, Qty. 1 class, one (1) week of training for two Government employees in the operation of the Item 1 Tunable Dual Diode Laser System. This training shall be provided at the Contractor's facility within thirty (30) calendar days after delivery. The Contractor shall contract the Government at the time of shipment to arrange a mutually agreeable date for the training to commence. Item 3 -- Technical telephone support, Qty. 12 months, Support shall be available between the hours of 7am and 5:30pm, eastern time, Monday through Friday. This support shall commence with the delivery of the Item 1 Tunable Dual Diode Laser System. Item 4 -- Manuals, Qty. 1 set, An Operating and a Maintenance Manual for the Item 1 Tunable Dual Diode Laser System. The provisions and clauses in the RFO are those in effect through FAC 97-05. 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 3829 and 500 employees, respectively. The offeror shall state in their offer their size status for this procurement. NASA/LeRC intends to purchase these items from Aerodyne Research, Inc., Billerica, MA 01821. Justification to permit contracting with Aerodyne Research has been prepared using 10 USC 2304 (c)(1) as its authority. Aerodyne Research developed this type of laser system under contract with the LeRC in the past and is currently the only source with sufficient knowledge of the spectrum data base and analysis techniques to manufacture one. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to the NASA Lewis Research Center, Cleveland, OH 44135, is required within 180 calendar days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above may be mailed to the NASA Lewis Research Center, Attn: Michelle Mader (MS 500-305) Cleveland, OH 44135 by the date/time specified above 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. Offerors 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 offer. Offerors shall provide the information required by 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 is applicable. Addenda to FAR 52.212-4 are as follows: 52.232-16 PROGRESS PAYMENTS (JUL 1991), 52.232-18 AVAILABILITY OF FUNDS (APR 1994) FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-26 EQUAL OPPORTUNITY, 52.222-35 AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, 52.22-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS, 52.222-37 EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, 52.225-9 BUY AMERICAN ACT -- TRADE AGREEMENTS ACT -- BALANCE OF PAYMENTS PROGRAM. The following clause is also applicable: Lewis Research Center Clause YEAR 2000 COMPLIANCE (MAY 1998) (a) Definition: "Year 2000 compliant" as used in this clause, means that the information technology (hardware, software and firmware, including embedded systems or any other electro-mechanical or processor-based system used in accordance with its associated documentation) accurately processes date and date-related data (including, but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date and date-related data with it. (b) any information technology (IT) provided, operated and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the Contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance, consisting of: standard product literature or test reports. (c) The Contractor warrants that any IT items or services provided under this contract that involve the processing of date and date-related data are Year 2000 compliant. If the contract requries that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. (d) The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or services whose non-compliance is discovered and made known to the Contractor in writing within ninety (90) days after acceptance. In addition, all other terms and limitations of the Contractor's standard commercial warranty or warranties shall be made available to the Government for the IT items or services acquired under this contract. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have with respect to defects other than Year 2000 performance. Offers are due by close of business 4:30 pm (EDT), Aug. 14, 1998 to the identified bid distribution office, marked with this solicitation number. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See Internet Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors 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: http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 08/06/98 (D-SN233819). (0218)

Loren Data Corp. http://www.ld.com (SYN# 0376 19980810\66-0006.SOL)


66 - Instruments and Laboratory Equipment Index Page