SOLICITATION NOTICE
A -- PORTABLE SPECTROMETER
- Notice Date
- 8/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG12445028Q
- Response Due
- 8/28/2012
- Archive Date
- 8/14/2013
- Point of Contact
- Elizabeth D Abraham, Contract Specialist, Phone 301-286-5064, Fax 301-286-5373, Email elizabeth.d.abraham@nasa.gov - Ayana A Briscoe, Contracting Officer, Phone 301-286-4317, Fax 301-286-5373, Email Ayana.A.Briscoe@nasa.gov
- E-Mail Address
-
Elizabeth D Abraham
(elizabeth.d.abraham@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/GSFC has a requirement for a portable spectometer. The specifications required for this spectrometer are as follows: 1.A compact portable array spectrograph with no moving parts other than dark current shutter. 2.Foreoptic attached using fiberoptic cable to facilitate remote placement and alignment. This is required for current laboratory setup and for use in the field.. 3.Spectral coverage: 350 to 2500 nm. 4.Spectral Resolution: 3.5nm or less from 400 to 950 nm, 10nm or less from 1100 nm to 2400nm. 5.Spectral Sampling: 1.5 nm or less from 400 to 950 nm, 4 nm or less from 1000 to 2400 nm. 6.Long term system stability: System responsivity drift less than 2%/year 7.All detector array elements must be temperature controlled 8.Stable system response at ambient temperatures from 15C to 35C and RH from 10 to 90% <0.02% 9.Wavelength calibration stability < 0.5nm/year 10.Wavelength repeatability < 0.1 nm 11.Maximum radiance: Higher of 1) 2x VNIR Solar Diffuse Reflected and 10X SWIR Solar Diffuse Reflected, or 2) Typical Tungsten lamp spectral radiance response achieving: 0.5 W/m2/sr/nm at 380nm, 1.1 at 480nm, 2.3 at 680nm, 2.8 at 840nm, 2.7 at 950nm, 1.9 at 1200nm, 0.9 at 1500, 0.7 at 1700nm, and 0.3 at 2100nm. 12.Noise equivalent radiance, NEdL (less than): 1.0x10-9 W/cm2/sr/nm at 400-1000nm, 1.2x10-9 W/cm2/sr/nm at 1000-1700nm and 1.8x10-9 W/cm2/sr/nm 17002400nm; Vendor to supply data for NEdL covering the spectral range of the instrument. 13.Out of band control: Order sorting filters (or coatings) to eliminate out of order diffracted flux onto detector focal plane. OOB contribution < 0.02%. 14.Stray light performance: Less than 0.02%. Trapping or control of zero order flux to eliminate it as a source of stray light; Blocking filters (or coatings) (long pass or short pass as required) to eliminate diffracted flux that is off-detector element; 15.Radiance foreoptics: 2 degrees FOV. Overall lens diameter not larger than 2.54 cm; Out of field response < 0.02% 16.Calibrations: All calibrations must be traceable to NIST. 17.Irradiance foreoptics: Optional cosine corrected optic with 1cm receiving aperture to be available for future purchase. 18.Foreoptics mode performance: The system response is to be within 0.2% or less upon a switch from irradiance to radiance and back to irradiance or vice versa. 19.Adaptable for use in the field. 20.Field changeable fiberoptic coupling cable, min length 1.5m. 21.Detector dark response (offset) corrections: Must be provided. 22.A/D resolution: 16bit or better 23.Integration time: Automatic and User selectable. 24.Computer Interface: USB, Bluetooth and Ethernet 25.Software features: Operable on Windows, Mac and Linux operating systems. real-time display in physical units and raw digital numbers, full set of instrument housekeeping data recorded, notification when instrument goes out of range as in saturation or lack of temperature lock; ability for user to add metadata fields to file header in addition to the supplied comment field; Software provided must be user modifiable. Labview support including: drivers/modules and software developers toolkit (SDK) for system programming, data acquisition operations. 26.Warranty: The contractor shall warrant the entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. 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. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The information required by FAR Subpart 12.6 is included in the on-line RFQ. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than August 28, 2012.Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition is Nancy Abell, 301-286-5867, nancy.a.abell@nasa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG12445028Q/listing.html)
- Record
- SN02838745-W 20120816/120815000533-b92f526515da17d1f1a598c25eea6987 (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 |