|
COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598NASA/George C. Marshall Space Flight Center, Procurement Office,
Marshall Space Flight Center, AL 35812 66 -- WAVEMET INSTANTANEOUS PHASE SHIFTING INTERFEROMETER SOL
8-1-0-S7-C6608 DUE 052300 POC Glynda H. Meeks, Contracting Officer,
Phone (256) 544-0422, Fax (256) 544-0187, Email
glynda.meeks@msfc.nasa.gov -- Bobby J. Holden, Contract Specialist,
Phone (256) 544-5417, Fax (256) 544-0187, Email
Bobby.Holden@msfc.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=62#8-1-0-S7-
C6608. E-MAIL: Glynda H. Meeks, glynda.meeks@msfc.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). Item 1:
QTY 1 EA -- Vibration Insensitive Phase Shifting Interferometer per the
statement of work/specifications below. Item 2: QTY 1 JOB -- Setup
Interferometer Item 3: QTY 1 JOB -- Five days of on-site training at
MSFC SPECIFICATIONS/STATEMENT OF WORK 1. Scope Since large telescope
primary mirrors have radius of curvature greater than 10 meters, it is
often impossible to make repeatable wavefront measurements using a
commercial phase shifting interferometer without taking extreme
measures in vibration isolation of the test setup. With advances in
larger array and faster CCDs available today, it is possible to
simultaneously capture and analyze four phase shifted interferograms
using these and other optical components without taking extreme
measures in the test setup. The primary mission for this interferometer
will be testing lightweight mirror technology at cryogenic temperature
inside a large vacuum test chamber at the Marshall Space Flight
Center. The mirrors will be tested for its optical wavefront in ambient
pressure, and temperature to ultra high vacuum and cryogenic
temperature near 25 degrees Kelvin. The first set of mirrors will be
spherical mirrors with diameter ranging from 0.6 to 2.0 meters, and
radius of curvature of 15-20 meters. The second set of mirrors will be
off-axis parabola with radius of curvature of 10 meters, and 1.2 to
1.5 meters in diameter. The interferometer will be stationed inside a
5.5 feet diameter guide tube with ambient temperature and pressure to
allow operator manually adjusts the interferometer. A remote control
unit and monitor separate from the interferometer mainframe in order to
isolate thermal and vibration introduced by the operator during the
measurement. 2. System overview The system shall consist of the
following units: -- Interferometer enclosure -- Remote control unit --
Control computer, electronics, and monitors -- Software, operating
manual and training 2.1 Interferometer enclosure The interferometer
mainframe shall consist of an interferometer with the following
features: -- > 400 x 400 spatial resolution of the 4 phase shifted
interferograms simultaneously. -- Exposure time shall be set to very
small value (faster than 1/3000 second.). Thus rapid fringe motions due
to vibrations shall be essentially frozen and sufficient contrast
maintained for a large range of vibrations. The exposure time or camera
shutter speed shall be user defined. -- The optical components inside
the mainframe shall be mounted robustly without much operator
realignment. -- The mainframe shall be enclosed to prevent
contamination to the optical components. -- The reflectivity of the
reference mirror shall be optimized for best fringe contrast for coated
and bare glass test surfaces. -- Using the remote control, a beam block
shall be movable into the reference beam thus allowing to view the test
beam only. This greatly facilitates the accurate definition of
fiducials on the data maps. -- Frequency and intensity stabilized laser
operating at 632.8nm to provide a long coherent beam. 2.2 Remote
control unit The remote control unit shall be connected to the
interferometer mainframe. The cable length between the remote control
unit and the interferometer mainframe shall be at least 10 meters. 2.3
Control Computer with electronics The computer system shall be at
least a Pentium-based system with 17" or larger SVGA-monitor (projected
is a Pentium III at faster than 500MHz), running Windows 98 or NT. It
shall also house the frame grabber board, as well as additional
interface electronics to the interferometer. The internal hard disk
drive shall be greater than 18 gigabyte capacity. The CD-Rom drive
shall be a re-writeable CD-Rom version. It shall have a tape drive for
archival purpose. 2.4 Software Software shall provide data analysis,
data manipulation, and graphics features. Additional features shall
include: -- data shall include wrapped and unwrapped phasemaps, 3D
representation of phase -- real-time display of the 4 high-resolution
video images -- user selectable data acquisition time intervals to
allow operator to select the time between measurements, and number of
measurements during the duration of optical measurements in days from
ambient temperature and pressure to vacuum, cryogenic conditions and
several cycles. -- average multiple phase maps -- difference phase maps
-- fit and remove Zernikes 3. Requirements Size of interferometer
mainframe: components shall fit on a 3'x1' lightweight optical
breadboard Weight of interferometer mainframe: less than 40 pounds
Collimated output beam diameter: 4.5 to 12.5 mm, 18 to 50 mm with 4x
expander Laser operation wavelength: 632.8nm, >1mW, frequency and
intensity stabilized HeNe Collimation of outgoing beam: l/8 Exposure
time: faster than 1/3000 s Acquisition rate: >2 frames/second Image
Size: square, >400 x 400 pixels for each phase shifted image
Repeatability of PV: l/100 surface Uncalibrated accuracy: l/8 PV
surface Vibration environment (633nm): Exemplary single-frequency
sinusoidal oscillations of axial position of test piece: < 0.5 mm PV
at 1 Hz < 50 mm PV at 10 Hz < 5 mm PV at 100 Hz < 0.5 mm PV at
1 kHz < 0.2 mm PV for 2.5 kHz and higher Contamination control:
covered to control contamination Temperature range of operation: 600F
to 850F Temperature range for storage: 300F to 1000F The provisions and
clauses in the RFQ are those in effect through FAC 97-17. The SIC code
and the small business size standard for this procurement are 3827 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 MSFC, AL is required within 2 weeks 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 May 23, 2000,
4:30 p.m. CDT and may be mailed or faxed to Glynda H. Meeks 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. Addenda to FAR 52.212-4 are as follows: NFS 1852.246-71,
FAR 52-211-15, and 52.247-34. FAR 52.212-5 is applicable and the
following identified clauses are incorporated by reference. FAR
52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.225-3,
52.225-34 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 by fax no later
than May 15, 2000, 4:30 pm. Answers to questions received will be
posted. Quotations are due by May 23, 2000, 4:30 pm CDT. 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". (Prospective quoters shall notify this office of
their intent to submit a quotation). 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=62
Potential quoters will be responsible for downloading their own copy
of this combination synopsis/solicitation and amendments (if any). See
Note(s). Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 05/09/00
(D-SN453191). (0130) Loren Data Corp. http://www.ld.com (SYN# 0295 20000511\66-0013.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|