|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1998 PSA#2018NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 58 -- CW LASER SOL 3-091914 DUE 021098 POC Jon C. Schultz, Contract
Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email
Jon.C.Schultz@lerc.nasa.gov WEB: Click here for the latest information
about this notice, http://nais.nasa.gov/EPS/LeRC/date.html#3-091914.
E-MAIL: Jon C. Schultz, Jon.C.Schultz@lerc.nasa.gov. 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 Offer (RFO) for 2 ea. CW Lasers with the following
specifications: 1. OUTPUT, SHALL BE CW WITH POWER AT LEAST 5 WATTS AT
532 NM; SHALL BE SINGLE FREQUENCY WITH LINEWIDTH LESS THAN 10 MHZ RMS;
SHALL HAVE POWER STABILITY OF 1%; SHALL HAVE FREQUENCY STABILITY OF
BETTER THAN 20 MHZ OVER 1 MINUTE; SHALL HAVE NOISE LESS THAN 0.1% RMS
OVER BANDWIDTH 10 HZ TO 2 GHZ; SHALL HAVE BEAM DIAMETER LESS THAN 3 MM;
SHALL HAVE POINTING STABILITY LESS THAN 5 MICRORADIANS/DEG C; SHALL
HAVE LINEAR POLARIZATION BETTER THAN 100:1; 2. INPUT POWER SHALL BE 110
VAC, AT LESS THAN 20 AMPS. 3. COOLING OF HEAD SHALL BE BY WATER COOLED
CONDUCTION PLATE. 4. DIMENSIONS OFHEAD SHALL NOT EXCEED 24 INCHES
(LENGTH), 6 INCHES (WIDTH) AND 6 INCHES (HEIGHT). The provisions and
clauses in the RFO are those in effect through FAC 97-02. This
procurement is a total small business set-aside. See Note 1. The SIC
code and the small business size standard for this procurement are 3674
and 500 employees respectively. The offeror shall state in their offer
their size status for this procurement. All qualified responsible
business sources may submit an offer which shall be considered by the
agency. Delivery to LeRC is required within 90 days ARO. Delivery shall
be FOB Destination. The DPAS rating for this procurement is DO-C9.
Offers for the items(s) described above may be mailed to the identified
point of contact at the address specified above by the date/time
specified above and 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://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
offer. Offerors shall provide the information required by FAR 52.212-1.
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 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1997)
is applicable. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (AUG 1996)is
applicable and the following identified clauses are incorporated by
reference: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE
GOVERNMENT WITH ALTERNATE 1 52.203-10 PRICE OR FEE ADJUSTMENTFOR
ILLEGAL OR IMPROPER ACTIVITY 52.219-8 UTILIZATION OF SMALL BUSINESS
CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS 52.219-14 LIMITATION
ON SUBCONTRACTING 52.222-26 EQUAL OPPORTUNITY 52.222-35 AFFIRMATIVE
ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS 52.222-36
AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS 52.222-37 EMPLOYMENT REPORTS
ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA 52.225-3
BUY AMERICAN ACT-SUPPLIES 52.225-18 EUROPEAN UNION SANCTION FOR END
PRODUCTS Questions regarding this acquisition must be submitted in
writing no later than February 3, 1998. Offers are due by close of
business 4:30, LOCAL TIME,February 10, 1998 to the identified bid
distribution office, marked with this solicitation number. Selection
and award will be made (on an aggregate) basis to the lowest priced,
technically, acceptable quoter. Technical acceptability will be
determined by information submitted by the quoter providing a
description in sufficient detail to show that the product quoted meets
the Government's requirement. Offerors must include completed copies
of the provision at 52.212-3, Offeror Representations and
Certifications -- Commercial Items with their offer. These may be
obtained via the internet at URL:
http://nais.nasa.gov/msfc/pub/reps_certs/midrange/. These
representations and certifications will be incorporated by reference in
any resultant contract. An ombudsman has been appointed -- See Internet
Note "B". Prospective offerors shall notify this office of their intent
to submit an offer. It is the offeror's responsibility to monitor this
site and/or the CBD for the release of the solicitation and amendments
(if any). Potential offerors will be responsible for downloading their
own copy of this combination synopsis/solicitation and amendments (if
any). See Note(s) _1_ Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0022) Loren Data Corp. http://www.ld.com (SYN# 0262 19980126\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|