SOLICITATION NOTICE
66 -- Flight Grating for the EUNIS sounding rocket mission - Standard Form 1449
- Notice Date
- 5/2/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, Maryland, 20771, United States
- ZIP Code
- 20771
- Solicitation Number
- NNG16583024R
- Point of Contact
- Shanita Boykin, Phone: 3012863220
- E-Mail Address
-
shanita.l.boykin@nasa.gov
(shanita.l.boykin@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Standard Form 1449 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). NASA/GFSC has a requirement for two Toroidal Varied Line Space (TVLS) diffraction gratings to operate at extreme UV/Soft X-ray wavelengths of 8.9-11.2 nm for the EUNIS sounding rocket mission: specifically, two high dispersion (0.65 degrees per nm) gratings (that is, 11400/m lines per mm, where m is the order) on 70x90 mm toroidal flight-quality substrates with the ratio of sagittal to tangential radii 0.99345 +/- 0.0001, average radius 769.65 +/- 1.0 mm, sagittal and tangential slope errors less than 1 arc second over spatial scales of 2 mm, figure error less than 35 nm RMS, and surface micro roughness of 0.2 nm or less on spatial scales of 10 to 1000 nm. The groove profile must have a blaze angle of 3.3 +/--0.1 degrees and theoretical groove (diffraction) efficiency greater than 30% in the order of interest. The grating front surface must permit the deposition of a high-stress (500 MPa) multilayer coating without significant changes in these specifications. Final gratings must be delivered with a conformance report detailing the metrology used for verification. The provisions and clauses in the RFQ are those in effect through FAC 2005-87 All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA's GFSC, Greenbelt, MD 20771 is requested by March 31, 2017. Delivery shall be FOB Destination. Offers for the items(s) described above are due by May 16, 2016 by 4pm EST to Shanita Boykin 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. 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 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 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2016), Contract Terms and Conditions Required To Implement Statutes or Executives Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-50, Combatting Trafficking in Persons (Mar 2015)(22 U.S.C. 7104(g); 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632 (a(2)); 52.222-3, Convict Labor (June 2003)(E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016)(E.O. 13126); 52.222-21, Prohibition of Segregated facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); 52.225-1, Buy American Act - Supplies (May 2014)(41 U.S.C. chapter 83); 52.225.13 Restrictions on Certain Foreign Purchases (June 2008) 9E.O.'s proclamations, and statutes administered by the Office of Foreign Assets control of the Department of the Treasury; and 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (Jul 2013) (31 U.S.C. 3332) 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 All contractual and technical questions must be in writing (e-mail or fax) to Shanita Boykin not later than May 10, 2016 at 4pm, EST. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6259669aa65efcfbcb74f6583f7ab55d)
- Place of Performance
- Address: NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771, United States
- Zip Code: 20771
- Zip Code: 20771
- Record
- SN04101900-W 20160504/160502234254-6259669aa65efcfbcb74f6583f7ab55d (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 |