SOLICITATION NOTICE
66 -- ABSOLUTE RADIANCE SOURCE FOR IMAGING SPECTROGRAPH CALIBRATION
- Notice Date
- 8/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA07211968Q-AMK-1
- Response Due
- 8/31/2007
- Archive Date
- 8/21/2008
- Small Business Set-Aside
- N/A
- 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) for an extended field-of-view (FOV) integrating sphere light source for absolute calibration of imaging spectrograph instrumentation is required. Requirements are as follows: Sphere configuration requirements: The source shall be a 12 in. diameter sphere with a 4 in. diameter exit port. An optional, removable reducer shall be included to reduce the exit port diameter to 2 in. The source shall allow operation with the exit port facing horizontally or, optionally, downward. A mounting flange for attaching the source exit port to NASA Ames instrumentation shall be included. The flange is primarily for alignment reproducibility and is not intended to be a load-bearing attachment. The frame supporting the sphere shall be load-bearing for horizontal or downward orientations. Detailed mechanical drawings and mechanical requirements for supporting the sphere in the horizontal or downward orientations shall be included in the offer. Ports for nitrogen cooling and purging shall be incorporated. Light sources and spectral radiance performance requirements: The spectral range of the source shall be from < 250 nm to > 1700 nm. The reflectance coating of the sphere shall have maximum performance and lifetime in the ultraviolet region; offerers shall include documentation of the coating specifications. The sphere shall have a combination of external xenon arc and tungsten-halogen light sources and an internal tungsten-halogen source(s). The sources shall be independently controlled to tailor the spectral radiance output for maximum performance over three spectral subregions: ultraviolet to visible (250 - 600 nm); visible to near infrared (500 - 900 nm); near infrared (800 - 1700 nm). The sphere source shall meet or exceed the following absolute spectral radiance performance specifications consistent with independent (or all) lamp configurations described above: > 3.2 W/cm3 sr at 300 nm; > 330 W/cm3 sr at 500 nm; > 1600 W/cm3 sr at 800 nm; > 1800 W/cm3 sr at 1100 nm; > 880 W/cm3 sr at 1700 nm. The luminance uniformity over the 4 in. dia. exit port shall be > 96%. The expected lamp lifetimes shall also be documented in the offer. System performance monitoring and control requirements: The light sources shall have motorized variable attenuators. The attenuators shall also act as shutters to inhibit output while the lamps are operating. The variable output shall be controlled to 256 or greater linear steps from 0 to 100%. The sphere shall include a radiometer for monitoring luminance. An option for a spectroradiometer for monitoring spectral radiance shall also be included in the offer. The source absolute radiance shall be scaled to the radiometer (or spectroradiometer) output to enable control of spectral radiance at settings below full output power. The lamp usage shall be monitored automatically. Calibrations: The source shall have NIST-traceable absolute spectral radiance calibrations for the full-power configurations of the lamp sources (e.g. xenon only, tungsten-halogen only; all). The spectral resolution of the calibration shall be 10 nm or less. At minimum, the spectral radiance calibration shall be certified for wavelengths between 300 nm to 1700 nm. Additionally, certified spectral radiance calibration at wavelengths below 300 nm or above 1700 nm are preferred. A spatial map of source luminance uniformity mapping shall be included. The time over which the calibrations are valid (i.e. lamp hours, calendar dates) shall also be documented. Warranties: Offers shall include terms of post-sale warranties and performance guarantees. Deliverables: Complete integrating sphere system (sphere, light sources, power supplies, control electronics) Luminance monitor(s) Calibration certificates Safety and hazard analyses Manuals The provisions and clauses in the RFQ are those in effect through FAC 05-19. The NAICS Code and the small business size standard for this procurement are 334516 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. Deliveries to NASA Ames Research Center are required within 30 days ARO. Deliveries shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:00PM PDT, August 31, 2007, by any of the following: mailed to NASA Ames Research Center, Attn: Mr. Kevin Sasur, Mail-Stop 227-4, Building 227, Room 119 , Moffett Field, CA 94035-1000; or faxed to (650) 604-0089; or e-mailed to ksasur@mail.arc.nasa.gov and must include: solicitation number, FOB destination to this Center, proposed 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 Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, 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 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.225-1, 52.225-13, and 52.232.34 The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman, (Insert: Lewis Braxton (650) 604-5068); NFS 1852.223-72, Safety and Health (Short Form); NFS 1852.237-73, Release of Sensitive Information. All contractual and technical questions must be submitted in writing to Mr. Kevin Sasur (e-mail to ksasur@mail.arc.nasa.gov or fax to (650) 604-0912) no later than 4:00PM PDT, August 27, 2007. 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, past performance, and price. Other critical requirements: Extent to which the SOW tasks are addressed in the proposal; Technical feasibility of the proposed approach; Credentials and past related experience of the contractor; Cost; shall also be considered. 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 may be obtained via the internet at URL: http://orca.bpn.gov/ . Please indicate on quotation if the vendor??s Representations and Certifications have been entered at ORCA. Offerors must currently be registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at http://www.ccr.gov Offerors must submit a completed ACH form with their quotation, with their firm's banking information for the electronic funds transfer (EFT) or any future invoice payment. An ACH form is available at http://www.fms.treas.gov/pdf/3881.pdf All successful offerors must file a 2007 VETS-100 Report with the US Department of Labor, http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site for the release of solicitation amendments (if any). 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=21#126582)
- Record
- SN01380220-W 20070823/070822071652 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |