Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SOLICITATION NOTICE

66 -- DIGITAL LASER GYRO

Notice Date
11/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10319227-AKK
 
Response Due
12/8/2009
 
Archive Date
11/23/2010
 
Point of Contact
Karen Klaas, Purchasing Agent, Phone 650-604-6474, Fax 650-604-3020, Email karen.klaas@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Karen Klaas
(karen.klaas@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation, offers are being requested and a written solicitation will not be issued.NASA/ARC has a requirement for a digital laser gyro with the following specifications: GeneralThe unit shall be a self-contained single axis inertial sensor with a ring laser gyro andelectronics.Design and ConstructionThe unit shall be self-contained with integrated electronics and connector for electricalinterface.MechanicalThe unit shall be designed to direct mount to the vehicle structure by means of mountingbolts.The unit shall be self-contained, modular and hermetically sealed.WeightUnit weight shall not exceed 0.5 kg.Supply PowerPower consumption shall be less than 5 W, steady-state.Electrical Interface and SignalsThe electrical signal interface shall be RS-422 serial asynchronous protocol.Update RateThe unit shall have a sample/update rate of 100 Hz or greater.Activation TimeThe IMU shall become fully functional in less than 4 seconds after application of power. Full instrument accuracy shall be achieved within 15 seconds of power application.Axial AlignmentThe misalignment between the units mounting surface and the sensing axis shall not exceed0.3 mrad.Operational RangeThe unit shall provide specified outputs for input angular rates up to at least 180deg/sec.Bias StabilityThe unit shall have a bias stability of 0.0035 deg/hr or better.Angular Random WalkThe unit shall have an angular random walk of 0.0035 deg/root-hour or better.Scale Factor AccuracyScale factor accuracy shall not exceed 10 PPM of the specified normal value.Operational Temperature RangeThe IMU shall provide continuous operation while exposed to a temperature range of -50 to80 deg C. The provisions and clauses in the RFQ are those in effect through FAC 2005-37.The NAICS Code and the small business size standard for this procurement are 334511-Search, Detection, Navigation, Guidance, Aeronautical,and Nautical System and InstrumentManufacturing; 750 employees respectively. The offeror shall state in their offer theirsize 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 30 days ARO. Delivery shall beFOB Destination.Offers for the item described above are due no later than 12:30 PM Pacific time, Tuesday,December 8th, 2009 by email to Ms. Karen Klaas (email: Karen.Klaas@nasa.gov) and mustinclude, 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 authorizedcompany 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference.If the end product offered is other than a domestic end product as defined in the clauseentitled "Buy American Act -- Supplies," the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (SEP 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: FAR 52.222-50, 52.233-3, 52.233-4, 52.222-3, 52.222-19,52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-16, 52.225-1, 52.225-13,52.232-34.The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The following NASA FAR clauses will be incorporated into any resultant contract: NASA FAR1852.215-84 Ombudsman; NASA FAR 1852.223-72 Safety and Health (Short Form); NASA FAR1852.237-73 Release of Sensitive Information; NASA FAR 1852.225-70 Export Licenses.The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offerors must be currently registered in the Central Contractor Registration (CCR).Further information about CCR registration can be accessed at: http://www.ccr.gov. All contractual and technical questions must be in writing (e-mail or fax) to Ms. KarenKlaas not later than COB Tuesday, December 1st, 2009. Telephone questions will not beaccepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements such as maintainability,warranty, customer service, complexity of necessary training, FOB point, and total timefor delivery and installation shall also be considered. It is critical that offerorsprovide 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 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm.Offerors are encouraged to enter their representations at the Online Representations andCertifications Application (ORCA) website: https://orca.bpn.gov/. These representationsand certifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed -- See NASA Specific Note "B". 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 releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerorswillbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC Any referenced notes may be viewed at the following URLs linked below. http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&amp ;pin=21#138304
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10319227-AKK/listing.html)
 
Record
SN02009212-W 20091125/091123234959-42486ec447c5271a64a62be628dad3e8 (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.