Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13, 2001 PSA #2913
SOLICITATIONS

A -- GLAST ACD PHOTOMULTIPLIER TUBES (PMT'S)

Notice Date
August 9, 2001
Contracting Office
NASA/Goddard Space Flight Center, Code 216, Greenbelt, MD 20771
ZIP Code
20771
Solicitation Number
RFQ5-09742
Response Due
August 30, 2001
Point of Contact
Veronica C. Stubbs, Contract Specialist, Phone (301)286-8386, Fax (301)286-1773, Email Veronica.C.Stubbs.1@gsfc.nasa.gov -- Dawn M. Fountain, Contracting Officer, Phone (301) 286-3815, Fax (301) 286-1773, Email dfountai@pop200.gsfc.nasa.gov
E-Mail Address
Veronica C. Stubbs (Veronica.C.Stubbs.1@gsfc.nasa.gov)
Description
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)FAR Subpart 13.5 -- Test Program for Certain Commercial Items. Request for Quotation (RFQ)5-09742 is for the acquisition of 260 photomultiplier tubes for the Gamma-ray Large Area Space Telescope (GLAST) Anticoincidence Detector (ACD). Photomultiplier tubes are the sensor of choice for the low light levels coming from the plastic scintillators. The high efficiency required for anticoincidence demands a photomultiplier tube with capability of detecting single photoelectrons. The GLAST ACD requires approximately 260 small photomultiplier tubes. All tubes must be sufficiently reliable and tested for space flight use. Deliverables This procurement is for Photomultiplier Tubes that meet the Photomultiplier Tube (PMT) Performance Requirements detailed below to be delivered according to the schedule shown below. All required test data shall be delivered with each PMT. Photomultiplier Tube Requirements Physical Requirements for the Photomultiplier Tubes 1. Head-on type tube 2. Bi-alkali cathode 3. Diameter less than or equal to 15.2 mm 4. Length less than or equal to 80 mm, not including leads 5. Solderable flying lead connections Performance Requirements for the Photomultiplier Tubes 1. Minimum current gain at maximum high voltage shall be 2 x 106. 2. Cathode sensitivity shall be greater than 90 microA/lumen. 3. Temporal stability: Gain variation shall be less than 0.2% per day. 4. Anode dark current shall be less than 5 nA at nominal high voltage. 5. Projected gain degradation shall be less than 30% (1 sigma, i.e., 84% probability) after 50,000 hours of operation at a mean anode current of 30 nA. The projection shall be based on accelerated life tests at higher currents with tubes of the same design. Environmental Requirements to be Met by the Photomultiplier Tube 1. Vibration and shock: the Engineering and Flight PMT's shall operate within specification, and with less than 10% parameter change, after experiencing a Delta2 launch environment in accordance with http://arioch.gsfc.nasa.gov/302/gevs-se/sec2-4.pdf , page 20. 2. Temperature range: the units shall operate within specification over a range -200C to +450C. 3. Temperature rate (dT/dt): the units shall operate within specification while experiencing temperature change at a rate of (flight) 50C/hr; and (test) 200C/hr. 4. Radiation: the units shall operate, within specification and with less than 10% parameter change, over a total dose of 10 kRad. Quality, Safety, and Mission Assurance Requirements to be Met by the Photomultiplier Tube 1. The Photomultiplier Tube Quality Plan shall be consistent with the following: ISO-9001; GSFC 433-MAR-0001, "The Mission Assurance Requirements for the Large Area Telescope;" LAT Performance Assurance Implementation Plan (SLAC LAT-MD-00039); "Quality Plan for the Anticoincidence Detector" (GSFC ACD-QA-8001). 2. The PMT's must be space flight qualifiable according to 433-SPEC-0001 (GLAST, Mission System Specification) and MN000928D1 (LAT Mechanical Performance Specifications). The PMT's shall meet the vibration and shock requirements of MN000928D1 (LAT Mechanical Performance Specifications). Hard Copies of the documents referenced above and listed below will be available in the Procurement Library. To obtain a copy contact Veronica Stubbs at 301-286-8386. ISO 9001 GSFC 433-MAR-0001, "The Mission Assurance Requirements for the Large Area Telescope" SLAC LAT-MD-00039, LAT Performance Assurance Implementation Plan GSFC ACD-QA-8001, Quality Plan for the Anticoincidence Detector 433-SPEC-0001 GLAST Mission System Specification MN000928D1 LAT Mechanical Performance Specifications Delivery Schedule 1. Basic Contract -- Ten (10) Qualification Unit PMT's shall be delivered on or before January 3, 2002; 2. Option 1 -- Forty (40) Engineering Unit PMT's shall be delivered on or before June 1, 2002; 3. Option 2 -- Two hundred ten (210) Flight Unit PMT's shall be delivered on or before March 1, 2003. Delivery shall be FOB Destination to the Goddard Space Flight Center Greenbelt, MD 20771. Testing Offerors shall price the Engineering and Flight PMT's with three (3)optional levels of testing to be performed by the offeror: Level 1 -- Offeror's standard electrical performance testing. Each PMT shall be visually inspected. Each tube shall be operated at 30 microamps anode current for at least 12 hours. Each tube shall be delivered with its performance data (offeror's standard data package, measured both before and after the 12-hour burn-in). Level 2 -- Intermediate testing. In addition to the testing described in Option 1, each PMT shall be vibration tested: Engineering Units -- at "workmanship" level in accordance with http://arioch.gsfc.nasa.gov/302/gevs-se/sec2-4.pdf , page 21) (Note that the 40 Engineering Unit PMT's will experience qualification level vibration during testing of the LAT engineering unit); Flight Units -- at flight acceptance level in accordance with http://arioch.gsfc.nasa.gov/302/gevs-se/sec2-4.pdf , page 20). For Level 2, electrical performance parameters (as shown in the Performance Requirements) shall be measured before and after the vibration test. Failure reports on any Qualification Unit PMT's that fail to meet the Performance Requirements after vibration testing shall be submitted (see below). In the event that any Engineering or Flight PMT fails to meet the Performance Requirements after the vibration test, that failure shall be reported to the Technical Officer. Within two (2) working days, the failed PMT shall undergo failure analysis, the results of which shall be delivered at a mutually agreed upon time based on the type of failure. Level 3 -- Extended testing. In addition to the testing described in Levels 1 and 2, each PMT shall be operated at 30 microamps anode current for 100 hours (burn-in), with the Current Amplification measured initially and after 24, 48 and 100 hours of operation. The full performance parameters (offeror's standard tests, plus items 1, 2, and 4 from the Performance Requirements) shall be measured before and after the 100 hour test; the post-burn-in parameters shall not differ by more than 10% from the pre-burn-in values. The NAICS Code and Size Standard are 334411 and 750, respectively. The DPAS Rating for this procurement is DO-C9. The provisions and clauses in the RFQ are those in effect through FAC 97-25. All qualified responsible business sources may submit an offer which shall be considered by the agency. The Government will award a Firm Fixed-Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical: Capability of the item offered to meet the Government's requirement. Price Schedule: Ability to meet the required schedule Past Performance The proposal shall clearly and fully demonstrate the offeror's capability and knowledge with regard to the technical requirements described in the RFQ. Stating that the offeror understands and will comply with technical requirements or paraphrasing those requirements is not adequate. Failure to respond may result in the offeror's proposal being removed from further consideration. A formal Quality Plan shall be included in the proposal. The Quality Plan shall fully describe the system safety and mission assurance program that has been and will be utilized in the design, fabrication, test, and qualification of Flight PMT's. The offeror shall provide a list of three (3) references for the same or similar work performed within the last 5 years, including contract number, contract value, agency/company name and point of contact (including address, telephone and fax numbers, and e-mail address, if available), what the contract was for , the contract start date, and status of the contract (current, terminated (if so, why), successfully completed). Offerors with no previous contracts for the same or similar work shall so state. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Offers for the items(s) described above are due by Thursday August 30, 2001 2:00 p.m. EST and must be mailed to: Ms. Veronica C. Stubbs NASA's Goddard Space Flight Center Mail Code 216 Building 26, Room 232 Greenbelt Maryland 20771 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, CAGE Code, and be signed by an authorized company representative. Offerors 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. Offerors 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 offeror 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 and the following identified clauses are incorporated by reference and hereby included as an Addendum to FAR 52.212-4; FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) FAR 52.246-2 -- Inspection of Supplies -- Fixed Price (Aug 1996) FAR 52.217-5 -- Evaluation of Options FAR 52.217-6 -- Option for Increased Quantity (Mar 1989) [insert for Option 1 within 45 days after delivery of the supplies called for under the basic contract; for Option 2 within 45 days after delivery of the supplies called for in Option 1]. Option 1 -- 40 Engineering Unit PMT's Option 2 -- 210 Flight Unit PMT's In accordance with FAR 52.217-5, Evaluation of Options, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity(E.O. 11246) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities(29 U.S.C. 793) 52.222-37, Employment Reports on Disabled veterans and Vetereans of the Vietnam Era (38 U.S.C. 4212) 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31U.S.C. 3332) The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS 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 22, 2001 via fax to Veronica Stubbs at 301-286-1773 or via email to Veronica.C.Stubbs.1@gsfc.nasa.gov. Offerors must provide a written copy of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their offer. 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 offeror'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=51 Potential offerors 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
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=51#RFQ5-09742)
Record
Loren Data Corp. 20010813/ASOL001.HTM (D-221 SN50U5H2)

A - Research and Development Index  |  Issue Index |
Created on August 10, 2001 by Loren Data Corp. -- info@ld.com