Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,2000 PSA#2581

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

66 -- PHOTOEMF DETECTOR SOL 1-155-RCF.1060 DUE 050100 POC Sharon V. Hare, Purchasing Agent, Phone (757) 864-2409, Fax (757) 864-9775, Email S.V.HARE@larc.nasa.gov -- Sandra S. Ray, Contracting Officer, Phone (757) 864-2428, Fax (757) 864-8541, Email S.S.RAY@larc.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=23#1-155-RCF.1060. E-MAIL: Sharon V. Hare, S.V.HARE@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). 1 each of a remote, noncontacting ultrasound detection system. Surface displacement detection sensitivity shall be better than 6x10^-5 A (W/Hz). Shall be designed to operate with an external, cw laser between the frequencies of 515 to 535 nm. The detection bandwidth shall be less than 10kHz to greater than 10MHz. The system shall be capable of a nominal focal distance of 0.2m and shall allow for manual focusing over a focal distance of +/- 16mm at 0.2 m. The output shall be analog for 50 ohm termination with up to 20 dB of gain. Shall operate from a 110 VAC, 60Hz power source. Shall contain absolute calibration capabilities. Physical dimensions shall be less than 60 cm long, 40 cm wide, and 15 cm high. The system shall be able to detect ultrasound motions on smooth or rough surfaces independent of laser speckle conditions and without the need to manipulate the beam or detection positions. The system shall not require the use of stabilizing platforms for system and environmental noise abatement, but shall be robust, for use in an industrial environment. The provisions and clauses in the RFQ are those in effect through FAC 97-16. The SIC code and the small business size standard for this procurement are 3829 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 LaRC is required within approximately 60 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 COB May 1, 2000 and may be mailed or faxed to NASA Langley Research Center; Attn: Sharon V. hare; Mail Stop 126; Hampton, Virginia 23681, fax number is 757-864-9775 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 internetat 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: 52.211-17 and 1852.215-84. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.222-21, 52.222.26; 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alt II, and 52.232-34 The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than April 25, 2000. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. 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). 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 the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 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 04/14/00 (D-SN444996). (0105)

Loren Data Corp. http://www.ld.com (SYN# 0251 20000418\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page