Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598

NASA/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