Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2004 FBO #1007
SOLICITATION NOTICE

66 -- INFRARED DICHROIC BEAMSPLITTTERS FOR ASTROBIOLOGY EXPLORER (ABE)

Notice Date
8/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA0469105Q
 
Response Due
9/24/2004
 
Archive Date
8/27/2005
 
Point of Contact
Charlotte J. Mitchell, Contract Specialist, Phone (650) 604-2183, Fax (650) 604-0912, Email Charlotte.J.Mitchell@nasa.gov - Carlos D. Torrez, Contracting Officer, Phone (650) 604-5797, Fax (650) 604-0912, Email Carlos.Torrez-1@nasa.gov
 
E-Mail Address
Email your questions to Charlotte J. Mitchell
(Charlotte.J.Mitchell@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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotation (RFQ) for the design and manufacture of dichroic beamsplitter(s) according to the specifications outlined below. The chosen vendor(s) shall design and manufacture dichroic beamsplitters according to the specifications outlined below. As part of this procurement, the vendor(s) shall also provide in-house ?baseline? performance testing (including cryogenic) to demonstrate that the beamsplitters were made to the outlined specifications. More detailed tests will be performed at NASA Ames. Where applicable, the cost quoted for the beamsplitters should include representative test coupons also to be delivered to NASA Ames as part of the procurement. The vendor shall also provide a delivery schedule for the beamsplitter products, and inform NASA Ames of any modifications to the original procurement schedule. The purchase will be costed as a firm-fixed-price contract. As part of their bid, the vendor will provide a breakdown of (1) a basic cost quote for Beamsplitter #1 and Beamsplitter #2, quantity 1-each, (2) a delta cost for one additional quantity of each beamsplitter, and (3) detailed costs for any supporting design study, tooling activity, etc. The cost profile should be made clear as to separate the cost of the design & manufacture of Beamsplitter #1 and its supporting design, materials, tooling, testing, test coupons, etc. costs from the cost of the design & manufacture of Beamsplitter #2 and its supporting design, materials, tooling, testing, test coupons, etc. This statement of work also supports splitting of line items, where a vendor may place a bid for one beamsplitter, as long as the supporting information as outlined in the SOW is addressed for that beamsplitter item. This does not affect the ranking of a proposed bid since each beamsplitter type will be compared separately (cost and performance) after receipt of all quotes. The vendor(s) shall provide any detailed explanations of exceptions/ clarifications if the proposed deliverable(s) cannot meet the specifications. The vendor(s) shall also provide a detailed list of in-house tests to be performed and how these tests will verify performance required. Depending on the cost and performance estimates for the beamsplitter and/or beamsplitters received, NASA Ames will procure one or two beamsplitters from the chosen vendor(s). The beamsplitter(s) with supporting test coupons are to be delivered to NASA Ames on/before January 15, 2005. Specifications The two AstroBiology Explorer (ABE) beamsplitters are both in collimated space and are part of an infrared cryogenic (T < 20 K) spectrometer. They must separate light into 2.5-5 micron, 5-10 micron, and 10-20 micron) spectral ranges. Although the order of the beamsplitters to split the light is not a static design parameter, the following specifications have been made for the current ABE optical design, shown schematically in a figure available upon request. The end result is to separate 2.5-5 micron, 5-10 micron, and 10-20 micron light with high throughput and no dropouts/gaps between restricted wavelength regions (see specifications). ABE Beamsplitter #1 This beamsplitter is in collimated space. The specifications below are for a T=20K cryogenic environment. All specifications include dichroic, substrate, and antireflection coating. Reflectance Band: 2.5-5 micron Average Reflectance*: > 95% (weighted average over entire band) Minimum Reflectance: 80% Dropouts** allowed: Allowed only between 3.85-4.1 micron and 4.8-5.05 micron, provided the 95% spec is met Transmission Band: 5-10 micron Average Throughput*: > 80% Minimum Throughput: 80% (worse case over entire band) Transmission Cuton Region/Profile: <= 2% profile (between the 5% and 80% transmission points), rising to > 80% transmission at 5.05 micron Location of Cut-on Region: Between 4.8 and 5.05 micron (nominal 5 micron) Polarization: Maximize throughput* for all polarizations Angle of incidence: Between 44.83 and 45.17 degrees (nominal 45 degrees) Diameter: Consistent with a clear aperture "50 mm x 74mm" plus 6-10 mm mounting clearance Material: Ge Thickness: <= 10 mm (no strong restrictions) Reflected Beam Flatness: 1 fringe over the clear aperture (measured at 632.8 nm) Transmitted Beam Flatness: 1 fringe over the clear aperture (measured at 632.8 nm) Surface Quality: 40-20 (scratch-dig) Environment: Spectral transitions should be optimized for T=20 K environment. Beamsplitters may be cycled from T=20 K through ambient temperature in 10-50% humidity environments. *Average reflectance and transmission requirements to be met for averaged S&P polarization states. **Dropouts have no specified minimum reflectance. ABE Beamsplitter #2 This beamsplitter is in collimated space. The specifications below are for a T=20K cryogenic environment. All specifications include dichroic, substrate, and antireflection coating. Reflectance Band: 2.5-10 micron Average Reflectance*: > 95% (weighted average over entire band) Minimum Reflectance: 80% Dropouts allowed**: Allowed only between 3.85-4.1 micron, 4.8-5.05 micron, and 9.85-10.1 micron provided the 95% spec is met Transmission Band: 10-20 micron Average Throughput*: > 80% (weighted average over 10-16 micron) > 60% (weighted average over 16-20 micron) Minimum Throughput: 80% (worse case over 10-16 micron) Transmission Cut-on Region/Profile: <= 2% profile (between the 5% and 80% transmission points), rising to > 80% transmission at 10.1 micron Location of Cuton Region: Between 9.85 and 10.1 micron (nominal 10 micron) Polarization: Maximize throughput* for all polarizations Angle of incidence: Between 44.83 and 45.17 degrees (nominal 45 degrees) Diameter: Consistent with a clear aperture "50 mm x 74mm" plus 6-10 mm mounting clearance Material: ZnSe or CdTe Thickness: <= 10 mm (no strong restrictions) Reflected Beam Flatness: 1 fringe over the clear aperture (measured at 632.8 nm) Transmitted Beam Flatness: 1 fringe over the clear aperture (measured at 632.8 nm) Surface Quality: 40-20 (scratch-dig) Environment: Spectral transitions should be optimized for T=20 K environment. Beamsplitters may be cycled from T=20 K through ambient temperature in 10-50% humidity environments. *Average reflectance and transmission requirements to be met for averaged S&P polarization states. **Dropouts have no specified minimum reflectance. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The provisions and clauses in the RFQ are those in effect through FAC 01-24. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333314 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center is required within 12 weeks upon receipt of order. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. All contractual and/or technical questions must be in writing to the contract specialist (Charlotte Mitchell, NASA Ames Research Center, Mail Stop 241-1, Moffett Field, CA 94035-1000) or email to Charlotte.J.Mitchell@nasa.gov no later than 4:00PM PDT on September 10, 2004. TELEPHONE OR FAX QUESTIONS WILL NOT BE ACCEPTED. Offers for the items(s) described above are due by 4:00PM PDT on September 24, 2004 and must 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. Offers shall be mailed to the attention of Carlos Torrez, NASA Ames Research Center, M/S 241-1, Moffett Field, CA 94035-1000. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://server-mpo.arc.nasa.gov/Services/NEFS/NEF_PDFData/SF1449.pdf Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. 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. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 1852.223-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health (Short Form), 52.222-3, 52.233-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-13, 52.225-33, 52.232-34. 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 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. Other critical requirements: Delivery lead-time shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1 and 52.212-2) 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 Ombudsmen has been appointed -- See NASA Specific Note "B". The Ombudsmen for each of the NASA installations and for the agency and their phone numbers are available at the following URL: http://ec.msfc.nasa.gov/hq/library/Omb.html Prospective offerors shall notify this office of their intent to submit an offer. 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=21 . 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. http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#112286)
 
Record
SN00659504-W 20040829/040828101844 (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.