SOLICITATION NOTICE
66 -- SMALL YAG LASER SYSTEM
- Notice Date
- 8/12/2004
- Notice Type
- Solicitation Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC04077864
- Response Due
- 8/25/2004
- Archive Date
- 8/12/2005
- Point of Contact
- Jean M. Boylan, Purchasing Agent, Phone (216) 433-2140, Fax (216) 433-2480, Email Jean.M.Boylan@nasa.gov
- E-Mail Address
-
Email your questions to Jean M. Boylan
(Jean.M.Boylan@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) is for: A SMALL, PORTABLE, FREQUENCY-DOUBLED Nd:YAG LASER HAVING 30 Hz PULSE RATE _ (Required amount ?C one each) The pulsed Nd:YAG system shall: 1. Possess a repetition rate, variable, up to a maximum of 30 Hz; 2. Possess a frequency doubler to convert 1064 nm to 532 nm output; 3. Have a maximum energy output of at least 90 mJ per pulse at 532 nm; 4. Possess energy stability at 532nm within ?? 4%, shot-to-shot for ?? 98% of pulses; 5. Possess a pulse width of between 3 and 6 ns; 6. Have a beam divergence of less than 1 mrad, full angle for 86% of energy at 1/e2 point; 7. Have a beam pointing stability of less than 250 microradians, full angle for 86% of energy at 1/e2 point; 8. Have jitter within ?? 0.5 ns, measured with respect to the Q-switch trigger; 9. Possess a 1064-nm beam quality (focusability) times diffraction limited of ?? 2; 10. Possess a linewidth of ?? 1cm-1 at 532 nm; 11. Possess a polarization ratio of ?? 98 at 532 nm; 12. Possess an attenuator to attenuate the output energy without affecting the beam quality; 13. Possess synchronization options to control laser pulse and external equipment via TTL; 14. Operate using electrical service of 110 VAC, 60 Hz, single phase. The provisions and clauses in the RFQ are those in effect through FAC 01-24. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 33599 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by 12 noon on 08/25/04 to Jean M. Boylan @ fax # 216-433-2480 and must include, solicitation number, 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml If the end product(s) offered 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 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 All contractual and technical questions must be received via email to Jean M. Boylan not later than COB 08/18/04. Telephone questions WILL NOT BE accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. 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 solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#111927)
- Record
- SN00642967-W 20040814/040812213159 (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 |