|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1998 PSA#2178NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 58 -- ARGON-ION LASER SOL RFQ3-101551 DUE 092498 POC Ronald L.
Matthews, Contract Specialist, Phone (216) 433-2766, Fax (216)
433-2480, Email Ronald.L.Matthews@lerc.nasa.gov WEB: Click here for the
latest information about this notice,
http://nais.nasa.gov/EPS/LeRC/date.html#RFQ3-101551. E-MAIL: Ronald L.
Matthews, Ronald.L.Matthews@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; 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, Argon-ion
Laser that shall be inaccordance with the following specifications: 1.
The laser shall be Argon-ion, and shall produce visible wavelengths of
at least 476nm, 488nm, and 514nm. 2. The laser shall have a minimum
all-line output power of 8 watts, and shall include a calibrated
internal power meter. 3. The laser shall be operable in multi-line or
single-line mode. Optics shall be included to permit conversion between
multi-line and single-line operation. 4. A line-narrowing etalon shall
be included to permit single frequency operation. The power output of
the 488.0 nm line shall be a minimum of 1.4 watts during single
frequency, TEMoo operation with the line-narrowing etalon installed. 5.
The beam waist diameter at 1/e^2 points shall be less than or equal to
1.5mm. The beam divergence shall be less than or equal to 0.5 mrads.
The RMS optical noise shall not be greater than 0.2%. 6. The power
supply or remote control shall be capable of displaying the light and
power output of the laser. 7. The power supply shall be regulated by
light or current output. 8. The laser shall operate using power that is
three phase with ground, at 208 volts AC, and shall require not more
than 55 amps to operate. 9. The laser shall operate using cooling water
that is at 20-60 psi, 10-35 degree C, and flowing at a rate of at least
8.5 liters/min. 10. The plasma tube shall be of a metal-ceramic
construction, with hard-sealed crystalline quartz brewster windows. 11.
The plasma tube shall include an automatic gas fill system. 12. The
contractor shall provide all documentation required to operate the
laser. A maintenance kit shall also be provided. 13. The laser head and
power supply shall be covered by an 18 month/2000 hour warranty. The
provisions and clauses in the RFQ are those in effect through FAC
97-04. All qualified responsible business sources may submit a
quotation which shall be considered by the agency. Delivery to LeRC is
required within [21 calendar] days ARO. 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/Forms/Index.html to
submit a quotation. Quoters shall provide the information required by
FAR 52.212-1. 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. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. [INSERT CLAUSE NUMBERS THAT ARE
APPLICABLE] Questions regarding this acquisition must be submitted in
writing no later than 9/18/98. Quotations are due by 4:30pm EST. on
9/24/98 to the address specified above and to the attention of the Bid
Depository. Selection and award will be made 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. [OMBUDSMAN STATEMENT IS REQUIRED] An
ombudsman has been appointed See Internet Note "B". (Prospective
quoters shall notify this office of their intent to submit a quotation.
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). See Note(s) __ [DELETE IF N/A]. Any referenced
notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 09/09/98 (D-SN247662).
(0252) Loren Data Corp. http://www.ld.com (SYN# 0264 19980911\58-0013.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|