Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,2000 PSA#2564

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

58 -- OPTICS SOL 3-144606 DUE 032900 POC Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756, Fax (216) 433-5489, Email Marilyn.D.Stolz@grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#3-144606. E-MAIL: Marilyn D. Stolz, Marilyn.D.Stolz@grc.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). NASA/GRC plans to issue a Request for Quote (RFQ) for: one infrared tunable diode laser system per the specifications below. A tunable diode laser absorption spectrometer is required for measurement of nitric oxide in air-breathing rocket engine exhausts. An infrared absorption system will be used to characterize the time-resolved concentrations of nitric oxide in the presence of high temperature carbon dioxide and water. The system shall be composed of at least the following: 1. An infrared, tunable diode laser, with emission covering 1760 cm-1 (5.68 microns), with a single laser longitudinal modecovering 1759.9 to 1760.5 cm-1. The laser linewidth shall be less than 0.001 cm-1 at 1760 cm-1. The laser output power shall exceed 0.1 mW (CW, multimode) at 1760 cm-1. It is preferred that the total tuning range include at least 1755-1795 cm-1, but only if this total tuning range can be achieved without sacrificing any of the previously listed specifications. 2. A laser source dewar, for operation of infrared, tunable diode laser (item #1). The laser source dewar shall be temperature-controllable from 80K to 120K, and shall use liquid nitrogen as the coolant. The dewar shall contain up to four tunable diode lasers, with one laser operable at a given time. Two of the laser diode positions shall allow high frequency modulation of the laser diodes. The temperature stability of the laser source dewar shall be +/- .0005K or less over a 30 minute period. The capacity of the liquid nitrogen source dewar shall equal or exceed 1.5 liters of liquid nitrogen, and shall provide an unloaded hold time of at least 36 hours. 3. Tunable diode laser controller, for operation and precise tuning control of tunable diode laser (item #1). Tunable diode laser controller shall include a current source, with less than 15 mA setpoint resolution out of 0 to 1.000 A total current output range, noise less than 15 mA rms with 100 kHz bandwidth, modulation bandwidth up to 100 kHz, line voltage stability 10 mA or better for a 10% line voltage change, maximum 24 hour drift less than 0.01%. Maximum modulation frequency shall be 50 kHz or higher, with 12 bit resolution, and the output modulation waveform shall be user selectable to include at least chopped, sawtooth, triangle, or square wave outputs. The tunable diode laser controller shall also include a temperature controller, with a 16 bit setpoint resolution (0.005 K) out of a total temperature range of 10 to 300 K, temperature drift of less than 0.0001 K over 10 minutes, ambient temperature stability of 0.001K or better for a 10 K temperature change, and a minimum reset time constant of 0.025 seconds. The tunable diode laser controller shall operate using 110 VAC, 60 Hz power, and shall be rack mountable. 4. Minimonochromator, with at least 0.5 cm-1 resolution, for tunable diode laser (item #1) output mode separation. 5. Optical baseplate for mounting of infrared tunable diode laser system components. Optical baseplate shall include at least an alignment HeNe laser, OAP with XYZ translation stage, focusing optics for the tunable diode laser (item #1), and a cube beamsplitter. 6. Off-axis parabolic mirror for turning and focusing of tunable diode laser. 7. One set of operational manuals shall be provided. The provisions and clauses in the RFQ are those in effect through FAC 97-15. 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 3674 and 500, 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 Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by March 29,2000 4:30 p.m. local time and may be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S.500-306, Cleveland, OH 44135 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 Form1449, 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. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. 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. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 1999) (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246),52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212),52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793),52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212),52.225-3, Buy American Act -- Supplies (41 U.S.C.10), 52.225-18, European Union Sanction for End Products (E.O. 12849). 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187). The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable quoter. Technical acceptablility 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. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 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: http://genesis.gsfc.nasa.gov/nasanote.html Posted 03/22/00 (D-SN437251). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0227 20000324\58-0003.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page