Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2002 FBO #0251
MODIFICATION

66 -- Atomic Hydrogen Maser

Notice Date
8/8/2002
 
Notice Type
Modification
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
RA134102RP2010
 
Response Due
9/3/2002
 
Point of Contact
Jan Clark, Contract Specialist, Phone (303) 497-6320, Fax (303) 497-3163, - Brenda Summers, Contract Technician, Phone (303) 497-5588, Fax (303) 497-3163,
 
E-Mail Address
jan.clark@noaa.gov, brenda.s.summers@noaa.gov
 
Description
This is a modification to an announcement posted in FedBizOps on July 25, 2002. This is considered to be Amendment 1 to the synopsis/solicitation. The following are the only items being modified from the previous announcement. All other requirements remain unchanged. OPTION REQUIREMENTS: The Contractor will be notified of the Government's intent to exercise the option for the additional maser at the time of delivery of the first maser. It is the Government's intent to exercise that option within six months of notification. LINE ITEMS: There are two firm-fixed price line items for this contract. CLIN 0001 shall include all equipment, delivery, and on-site performance verification. CLIN 0002 is the Optional Maser and also shall include all equipment, delivery and on-site performance verification. ACCEPTANCE: Delivery and successful passing of the on-site verification test will constitute final acceptance. Tests will include frequency stability and environmental sensitivities. INFORMATION ON HOTPACK MODEL: Information can be obtained from Hotpack, 10940 Dutton Road, Philadelphia, PA 19154-3204/ 1-800-523-3608. GENERAL CORRECTIONS: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular through 2001-08. Specifically, Clause 52.212-3 is updated to reflect most current revision of JULY 2002. The Government reserves the right to make award without discussions. TECHNICAL EVALUATION REVISIONS: The following minimum specifications and requirements must be met. Any offeror who does not meet these minimum specifications and requirements will not be considered for further evaluation: Frequency stability; sigma y (tau = 1 second) (Allan deviation) less than or equal to 2e-13, sigma y (tau = 10 seconds) less than or equal to 5e-14, sigma y (tau = 100 seconds) less than or equal to 1e-14, sigma y (tau = 1000 seconds) less than or equal to 3e-15, sigma y (for tau greater than 1000 seconds and less than 10000 seconds) less than or equal to 3e-15; long-term frequency stability less than or equal to 2e-16/day (after an extended period of operation); maser shall have cavity auto-tuning (cavity tuning is independent of any other maser); environmental sensitivities shall be (1) less than 1e-14/C for static temperature sensitivity, (2) less than 3e-14/gauss for magnetic field sensitivity, (3) less than 3e-15/kPa for barometric pressure sensitivity, (4) less than 1e-14 for switching to any power source; synthesizer frequency resolution equal to or better than 7e-17; synthesizer frequency control range equal to or larger than 7e-10; output frequencies (greater than 1 V rms into 50 ohms) of 5 MHz, 10 MHz and 100 MHz; operates from 110 VAC, AC power less than or equal to 150 VA, external DC voltage of 22 to 28 VDC, external DC power less than or equal to 100 W; built in battery backup; physical dimensions less than or equal to 107 cm high, 46 cm wide and 76 cm deep. The maser shall fit into, and meet all performance requirements in our existing environmental chambers (Hotpack model 417532). The maser shall have an overall Mean Time Between Failure (MTBF) of at least 5 years. The maser shall be a standard commercial product with a long history of documented performance. Offerors who meet the abover requirements will be evaluated based on the following criteria: (1) Past Performance (35 points). Consideration will be given to the experience an offeror has in building high quality masers, customer satisfaction, maser service/repair, timeliness of performance, and cost control. A minimum of three references are still required; (2) Reliability - Physics Package (25 points). Consideration will be given to how well the reliability of the physics package (cavity, storage bulb, loss of vacuum, hydrogen disassociator, etc.) has been. Consideration will also be given to mean time between failure; (3) Reliability - Electronics (20 points). Consideration will be given to how well the reliability of the electronic components of the maser have been and mean time between failure. Proven reliability is more important than calculated reliability; (4) Demonstrated Performance beyond minimum requirements (20 points). Consideration will be given based on the extent to which actual product performance has been documented (not necessarily by the manufacturer), and the extent by which performance exceeds the guaranteed frequency stability specifications and environmental sensitivities. The manufacturer/offeror should supply as much additional documentation as possible on the parameters such as, the typical values for fractional frequency static temperature sensitivity, dynamic temperature sensitivity, sensitivity to relative humidity, magnetic field sensitivity for a range of field values (i.e., for a 1 gauss change and a 0.1 gauss change), barometric pressure sensitivity, power source sensitivity, and overall Allan deviation from 1 second to 100 days (in a controlled environment); and (5) Price. Past Performance (Criteria 1) when combined with Technical (Criteria 2-4) are more important than price. Offerors are required to acknowledge receipt of this Amendment with their proposals. The due date for proposal submission remains unchanged.
 
Place of Performance
Address: Department of Commerce, Boulder Laboratories, 325 Broadway, Boulder, CO
Zip Code: 80305-3328
Country: US
 
Record
SN00135991-W 20020810/020808213242 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.