Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2008 FBO #2280
SOLICITATION NOTICE

66 -- FACTORY FUSION SPLICER

Notice Date
2/21/2008
 
Notice Type
Solicitation Notice
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG08236631L
 
Response Due
3/7/2008
 
Archive Date
2/21/2009
 
Point of Contact
Janicea L McCree, Purchasing Agent, Phone 301-286-7587, Fax 301-286-9159, Email Janicea.L.McCree@nasa.gov - Cynthia L. White, Contracting Officer, Phone 301-286-3596, Fax 301-286-1720, Email Cynthia.L.White@nasa.gov
 
E-Mail Address
Email your questions to Janicea L McCree
(Janicea.L.McCree@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/GSFC has a requirement for one Fusion Splicer, one Fiber Cleaver, and one Fiber Recoater the following specifications/minimum requirements: 1. FSM-45F & 45PM Fusion Splicer: ? Applicable Fiber Types Standard Telecommunications fibers including SM,MM,DS, NZ-DSF, 50 Types of PM Fibers, Rare earth metal doped fibers including Er, ? Yb, etc. Cleave Length 8-10mm with bare fiber clamping; 3-5mm with coating clamping ? Applicable coating types Standard fiber holders compatible with 165μm, 250μm, 400μm, ? 600μm, 900μm, 900μm Loose buffer tube. Other holders available for alternative fiber diameters. High Tensile Strength Splicing Performance Typical 2.5 Gpa (30N) with coating clamping, Viewing Method 5? TFT color LCD monitor with 350X, 270X, 175X, or 135Xmagnification, external RCA jack for NTSC video signal, Power Supply AC100-240V (50/60Hz) with ADC-10 adapter, Dimensions (FSM-45F and FSM-45PM) 311mm (W) x 218mm (D) x 133mm (H) Weight 5.7kg (FSM-45F), 6.3kg (FSM-45PM) 2. CT-32 Fiber Cleaver ? The CT-32 is a modified version of our standard cleaver model CT-30. The modifications ? allow use of a spacer system that provides for the full range of acceptable cleave lengths ? for use with our factory fusion splicer models FSM-45F & 45PM. The CT-32 also allows ? for a reduced cleave length of 8mm on 900?m jacketed fibers and as short as 3mm on ? 250?m and 400?m coated fibers. Included with the CT-32 is a 1mm spacer that allows ? for the recommended cleave lengths for use with our factory fusion splicer models. An ? optional 2mm spacer can be purchased to expand cleave length options 3. FSR-02 Fiber Recoater ? To meet the small package requirements of OEMs, AFL Telecommunications offers the ? FSR-02 fiber recoater. The FSR-02 eliminates the need for splice protection sleeves ? by automatically recoating a colored or non-colored fiber back to the original coating ? diameter after a splice is complete. Programmable for recoating lengths from 4 to 50mm ? and proof testing from 4 to 20 Newtons, this unit stores data for 100 cycles which are ? easily downloadable to a PC. For splices that may fail the proof test, the breaking load is ? displayed. A compact and low profile design makes for comfortable bench top operation in the factory environment. 4. FSR-02-MOLD-280 ? The FSR-02-MOLD-280 allows the user to recoat fibers with 250 m claddings. For use with FSR-02 fiber recoaters. NASA/GSFC intends to purchase the items from AFL TELECOMMUNICATIONS, LLC. AFL TELECOMMUNICATIONS, LLC is the only vendor who meets all of our requirements. The Authority is FAR 13.106(b)(1), Only One Source Responsible. The Government intends to acquire a commercial item using FAR Part 12 and Simplified Acquisition Procedures set forth in FAR Part 13. The Government intends to solicit and negotiate with only one source, but quotes timely received by the response date will be considered. The DPAS rating for this procurement is DO-C9. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to Janicea McCree, via email at Janicea.L.McCree@nasa.gov or fax to 301-286-9159, (email preferred), not later than 4:30 p.m. Eastern Standard Time (ET) on March 7, 2008. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Questions regarding this acquisition must be submitted in writing to Janicea McCree (email preferred), via email at Janicea.L.McCree@nasa.gov, fax at 301-286-9159, not later than March 1, 2008, Eastern Standard Time (ET). It is the offeror's responsibility for downloading their own copy of this notice and amendments (if any). This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement(s). Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#128839
 
Record
SN01514215-W 20080223/080221224954 (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 |
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.