COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,2000 PSA#2655 NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 66 -- PHASE-SHIFTING INTERFEROMETER SOL 1-074-RCG.1079 DUE 081500 POC
Artistine R. Lethcoe-Reid, Purchasing Agent, Phone (757) 864-2432, Fax
(757) 864-9775, Email A.LETHCOE-REID@larc.nasa.gov -- Susan E. McClain,
Contracting Officer, Phone (757) 864-8687, Fax (757) 864-8863, Email
s.e.mcclain@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#1-074-RCG.1079. E-MAIL: Artistine R. Lethcoe-Reid,
A.LETHCOE-REID@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). NASA Langley plans
to procure the following: (1) One each of a Phase-Shifting
Interferometer in a horizontal configuration: Shall be a Zygo GPI XP
4-inch system, or equal with at least four inch beam diameter, a 6X
zoom, and a 320 x 240 pixel CCD with eight bits of digitization. For a
helium neon laser at 632.8 nm, the system shall possess a
peak-to-valley accuracy of better than a six thousandth of a wave. The
system should also be composed of a color monitor and personal
computer with a frame grabber card, analysis software that measure
quality of optics which operates on PC based computer, and at least a
9-inch black and white video monitor for verifying alignment; (2) One
each of a 4-inch diameter transmission flat manufactured to at most a
twentieth of a wave and coated for the test of highly reflective optics
equivalent to Zygo Dynaflect PN 6024-0385-01 or equal; (3) One each of
a 4-inch diameter F3.3 transmission sphere manufactured to at most a
tenth of a wave, Zygo PN 6024-0399-01 or equal. The provisions and
clauses in the RFQ are those in effect through FAC 97-18. The SIC code
and the small business size standard for this procurement are 3826 and
500 employees, respectively. The quoter shall state in their quotation
their size status for this procurement. This procurement is a total
small business set-aside. Delivery to LaRC 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 COB 8/15/00 and may be mailed or faxed to NASA Langley Research
Center, Mail Stop 126; Attn Mrs. Artistine Lethcoe-Reid; Hampton, VA
23681 or fax to 757-864-6131 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 areas follows:
52.211-17, 52.219-6 and 1852.215-84. FAR 52.212-5 is applicable and the
following identified clauses are incorporated by reference. 52.222-3,
52.225-13, 52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36,
52.222-37, 52.225-3 Alternate 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
August 14, 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 provisionat 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 NASA Specific 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 07/31/00
(D-SN480472). (0213) Loren Data Corp. http://www.ld.com (SYN# 0208 20000802\66-0007.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 31, 2000 by Loren Data Corp. --
info@ld.com
|
|
|