COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5, 2001 PSA #2781
SOLICITATIONS
66 -- DIODE PUMPED SOLID STATE LASER
- Notice Date
- February 1, 2001
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- 1-074-RCF.1083
- Response Due
- February 21, 2001
- Point of Contact
- Artistine R. Lethcoe-Reid, Purchasing Agent, Phone (757) 864-2432, Fax (757) 864-9775, Email A.LETHCOE-REID@larc.nasa.gov -- Susan E. McClain, Contracting Officer, Phone (757) 864-8687, Fax (757) 864-8863, Email s.e.mcclain@larc.nasa.gov
- E-Mail Address
- Artistine R. Lethcoe-Reid (A.LETHCOE-REID@larc.nasa.gov)
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). One each of a five watt, CW green laser with the following specifications: Shall be Diode Pumped Solid State System (DPSS); Shall have a wavelength of 532 nanometers; Output shall be CW; Beam diameter shall be less than 3mm; Beam divergence shall be less than 0.6 mrads; line width (measured over 50 ns) shall be less than 5MHz; Polarization shall be greater than 100:1 (v:h); Pointing stability shall be less than 7 microrads/degrees C; Amplitude noise shall be less than 0.02% rms; Power stability shall be within 1% over 2 hours; Shall allow computer control and operation via an RS 232 in addition to manual controls; Shall be able to operate at variable light output levels. The minimum stable output level shall be less than 10mW CW. The maximum soutput level shall be greater than or equal to 5W CW. System shall be thermally stabilized and operate over the temperature range of 15 to 35 degree C. Shall operate from a 120 VAC line. Connections between the laser head and laser control/power supply shall be nominally 10 feet or longer. The provisions and clauses in the RFQ are those in effect through FAC 97-21. The NAICS Code and the small business size standard for this procurement are 334413 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to LaRC is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 02/21/01 and may be mailed or faxed to Ms. Artistine Lethcoe-Reid, NASA, LaRC, MS/126< Hampton, VA 23681, FAX NUMBER (757)864-9775 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows:52.211-17; 52.219-6; 1852.204-74 and 1852.2125-84. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3; 52.225-13; 52.233-3; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3; 52.232-34. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than 02/16/01. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-074-RCF.1083)
- Record
- Loren Data Corp. 20010205/66SOL013.HTM (D-032 SN50C4T9)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on February 1, 1988 by Loren Data Corp. --
info@ld.com
|
|
|
|