|
COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606NASA/Goddard Space Flight Center, Code 219, Greenbelt, MD 20771 66 -- LARGE PULSE UV LASER FOR RAMAN AIRBORNE SPECTROSCOPIC LIDAR DUE
060500 POC Michael George Mangos, Contract Specialist, Phone (301)
614-5601, Fax (301) 614-5619, Email mgmangos@pop200.gsfc.nasa.gov --
Kenneth A. Sateriale, Acting Assistant Branch Chief, Phone (301)
614-5604, Fax (301) 614-5619, Email ksateria@pop200.gsfc.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=51#924-62125.
E-MAIL: Michael George Mangos, mgmangos@pop200.gsfc.nasa.gov. NASA/GSFC
is hereby soliciting information for potential sources for a large
pulse ultra-violet laser device with an integrated cooling system to
put aboard a DC-8 airplane to be a part of the Raman Airborne
Spectroscopic Lidar (RASL) project. The RASL instrument design
nominally assumes that a flashlamp pumped, Q-switched, frequency
tripled Nd:YAG laser will be the transmitter. The laser must meet the
following specifications: 7 Output: 355 nm (with an option for 266 nm
priced separately) 7 Pulse energy: 300 mJ or greater 7 Average power:
15 W or greater 7 Pulse length: 50 ns or less The laser and its
associated chiller must meet some basic standards for aircraft use and
must also be able to withstand a very diverse operating environment.
All exposed surfaces must not exceed 550 C. The operating temperature
range is 50 to 400 C and the survivability temperature range is -100 to
650 C. All wiring and insulation must be made of self-extinguishing,
non-PVC insulation. The laser system's chiller must not require an
external source of water or other cooling liquid, but can certainly use
water or other cooling liquids if necessary. There is also ample power
available aboard the aircraft due to the four engines, each providing
a minimum of 10 KW of power. The hatch that the laser and associated
equipment must fit through is 36 x 44 inches, although once inside
there is ample space for equipment installation. The entire assembled
laser/chiller system need not fit through the hatch as one unit. Your
best standard commercial warranty is to be proposed and included in the
fixed price for the system. We expect that you should be able to
warrant the manufacture and original configuration of the laser and
associated parts. A company with an established service capability for
future service is attractive but not required since no extended
service contract is sought. If no lasers that meet the specifications
are proposed, other lasers or configurations will be considered and
evaluated with consideration of impacts to therest of the RASL
instrument design, performance and cost. A Firm Fixed Price contract is
planned as this is a commercial item aquisition. NASA will use Best
Value Selection (BVS) outlined in FAR Part 15 when selecting the source
for the system. No solicitation exists; therefore, do not request a
copy of the solicitation. If a solicitation is released it will be
synopsized in the CBD and on the NASA Acquisition Internet Service. It
is the potential offerors responsibility to monitor these cites for
the release of any solicitation or synopsis. Interested
offerors/vendors having the required specialized capabilities to meet
the above requirement should submit a capability statement indicating
the ability to perform all aspects of the effort described herein.
Please advise if the requirement is considered to be a commercial or
commercial-type product. A commercial item is defined in Internet "Note
A". [INTERNET ONLY (commercial product definition)] This synopsis is
for information and planning purposes and is not to be construed as a
commitment by the Government nor will the Government pay for
information solicited. Respondents will not be notified of the results
of the evaluation. Respondents deemed fully qualified will be
considered in any resultant solicitation for the requirement. The
Government reserves the right to consider a small business or 8(a)
set-aside based on responses hereto. All responses shall be submitted
to Michael Mangos no later than Monday, June 5rd. In responding
reference PR# 924-62125. Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted
05/19/00 (A-SN456705). (0140) Loren Data Corp. http://www.ld.com (SYN# 0232 20000523\66-0011.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|