COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27, 2001 PSA #2945
SOLICITATIONS
A -- GLAST ACD PHOTOMULTIPLIER TUBES (PMT'S)
- Notice Date
- September 25, 2001
- Contracting Office
- NASA/Goddard Space Flight Center, Code 216, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- RFQ5-09742
- Response Due
- October 10, 2001
- Point of Contact
- Veronica C. Stubbs, Contract Specialist, Phone (301)286-8386, Fax (301)286-1773, Email Veronica.C.Stubbs.1@gsfc.nasa.gov -- James S. King, Contracting Officer, Phone (301) 286-6993, Fax (301) 286-1773, Email James.S.King.1@gsfc.nasa.gov
- E-Mail Address
- Veronica C. Stubbs (Veronica.C.Stubbs.1@gsfc.nasa.gov)
- Description
- THIS NOTICE CONSTITUTES AMENDMENT NO. 3 TO THE COMBINED SYNOPSIS/RFQ FOR GLAST ACD PHOTOMULTIPLIER TUBES (PMT'S). Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFQ and a written amendment will not be issued. The purpose of this amendment is to: 1) Revise and reissue the requirements for the PMT's. 2) Extend the date for questions regarding this acquisition from August 30, 2001 to October 2, 2001. 3) Extend the due date for receipt of proposals from September 14, 2001 to October 10, 2001 2:00 p.m. local time. 4) Upload the current versions of all files containing requirements documents referenced in the section entitled, "Quality, Safety and Mission Assurance Requirements." 5) Questions received to date, along with NASA's responses, are provided as part of this amendment. Any additional questions, along with their associated responses will be posted after the October 2 deadline for submission of questions. The due date for receipt of offers is extended to Wednesday, October 10, 2001, 2:00 p.m. local time. 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)FAR Subpart 13.5 -- Test Program for Certain Commercial Items. Request for Quotation (RFQ)5-09742 is for the acquisition of 260 photomultiplier tubes for the Gamma-ray Large Area Space Telescope (GLAST) Anticoincidence Detector (ACD). Photomultiplier tubes are the sensor of choice for the low light levels coming from the plastic scintillators. The high efficiency required for anticoincidence demands a photomultiplier tube with capability of detecting single photoelectrons. The GLAST ACD requires 260 small photomultiplier tubes. All tubes must be sufficiently reliable and tested for space flight use. Deliverables This procurement is for Photomultiplier Tubes that meet the Photomultiplier Tube (PMT) Requirements detailed below, to be delivered according to the schedule shown below. All test data shall be delivered with each PMT. Failure reports shall be submitted on any PMT's that fail to meet the Performance Requirements after testing (see below). Photomultiplier Tube Requirements Physical Requirements for the Photomultiplier Tubes 1. Head-on type cylindrical tube 2. Bi-alkali cathode 3. Outside diameter less than or equal to 15.2 mm 4. Length less than or equal to 80 mm, not including leads 5. Flying lead connections at least 40 mm long, with ends tin-lead solderable to within 10 mm from the glass stem 6. Minimum cathode diameter 9 mm 7. As delivered, all PMT's shall be soldered to a temporary base to enable initial electrical testing. Performance Requirements for the Photomultiplier Tubes 1. Minimum current gain at maximum high voltage shall be 2,000,000. 2. Cathode luminous sensitivity shall be greater than 90 microamps/lumen. 3. Anode dark current shall be less than 10 nanoamps at a gain of 500,000 and a temperature of 20 C. 4. High voltage required at a gain of 2,000,000 shall not exceed 1500 V. 5. Projected gain degradation shall be less than 30% (84% probability) after 50,000 hours of operation at a mean anode current of 30 nanoamps. The projection shall be based on accelerated life tests at higher currents with tubes of the same design. Proposals shall detail how such test have been conducted. The PMT's to be delivered under this solicitation shall not undergo such accelerated life tests. Environmental Requirements to be Met by the Photomultiplier Tubes 1. Temperature range: The PMT's shall operate within specification over a range -20 C to +45 C. 2. Temperature rate (dT/dt): the PMT's shall operate within specification while experiencing temperature change (within the above range) at a rate of (flight) 5 C/hr; and (test) 20 C/hr. 3. Temporal stability: At a constant temperature of 20 C, gain variation shall be less than 2% per 10 days. 4. Vibration: The PMT's shall operate within specification, and with parameter changes not exceeding the values shown below, after experiencing the following Qualification Level vibration environment in accordance with http://arioch.gsfc.nasa.gov/302/gevs-se/sec2-4.pdf . 5. Shock: The PMT's shall operate within specification, and with parameter changes not exceeding the values shown below, after experiencing Delta2 qualification level shock testing in accordance with http://arioch.gsfc.nasa.gov/302/gevs-se/sec2-4.pdf . 6. Radiation: the units shall operate, within specification and with parameter changes not exceeding the values shown below, after a total dose of 10 kRad. Limits on Performance Changes Due to Vibration, Shock, or Radiation Cathode luminous sensitivity shall not change by more than 10%; Current gain shall not change by more than 25%; Anode dark current (at a temperature of 20 C) shall not increase by more than 100%. (All three of the parameters listed above must be within specification both before and after the vibration, shock, or radiation exposure.) Quality Requirements to be Met by the Photomultiplier Tubes 1. The Photomultiplier Tube Quality Plan shall be consistent with the following: ISO-9001; GSFC 433-MAR-0001, "The Mission Assurance Requirements for the Large Area Telescope;" LAT Performance Assurance Implementation Plan (SLAC LAT-MD-00039); "Quality Plan for the Anticoincidence Detector" (GSFC ACD-QA-8001). 2. The PMT's must be space flight qualifiable according to 433-SPEC-0001 (GLAST, Mission System Specification). Delivery Schedule 1. Basic Contract -- Ten (10) Qualification Unit PMT's shall be delivered within 15 weeks after contract award; 2. Option 1 -- Forty (40) Engineering Unit PMT's shall be delivered on or before June 1, 2002; 3. Option 2 -- Two hundred ten (210) Flight Unit PMT's shall be delivered on or before March 1, 2003. Delivery shall be FOB Destination to the Goddard Space Flight Center Greenbelt, MD 20771. Testing -- Qualification PMT's: The ten (10) Qualification Unit PMT's shall be vibration tested by the offeror to the Qualification Level specified above. The PMT's shall meet the above performance requirements both before and after the vibration test. Furthermore, changes in performance parameters following the vibration test shall not exceed the limits shown above under "Limits on Performance Changes Due to Vibration, Shock, or Radiation." Testing -- Engineering and Flight PMT's: Offerors shall price the 40 Engineering and 210 Flight PMT's with three (3) optional levels of testing to be performed by the offeror: Level 1 Testing Visual quality inspection; Offeror's standard electrical performance tests; Operation at 30 microamps anode current for 12 hours (burn-in); Standard electrical performance tests; Failure reports shall be submitted on any PMT's that fail to meet the Performance Requirements after the 12-hour burn-in. Each tube shall be delivered with its performance data (offeror's standard data package, measured both before and after the 12-hour burn-in). Level 2 Intermediate testing: Following the testing described in Option 1, each PMT shall be vibration tested: Engineering Units -- at Workmanship Level, 3db below Flight Acceptance Level (see below) (Note that the 40 Engineering Unit PMT's will experience Qualification Level vibration during testing of the LAT engineering unit); Flight Units -- at Flight Acceptance Level in accordance with http://arioch.gsfc.nasa.gov/302/gevs-se/sec2-4.pdf For Level 2, electrical performance parameters (offeror's standard data package, plus Items 1-4 from "Performance Requirements for the Photomultiplier Tubes" above if not included in the standard package) shall be measured before and after the vibration test. Failure reports shall be submitted on any Engineering Unit or Flight Unit PMT's that fail to meet the Performance Requirements, or which demonstrate performance changes in excess of the limits shown above under "Limits on Performance Changes Due to Vibration, Shock, or Radiation" after vibration testing. Such failure shall be reported to the Technical Officer within two (2) working days. The failed PMT shall undergo failure analysis, the results of which shall be delivered at a mutually agreed upon time, based on the type of failure. Level 3 Extended testing: Following the testing described in Levels 1 and 2, each PMT shall be operated at 30 microamp anode current for 100 hours (gain drift characterization), with the Current Amplification measured initially and after 24, 48 and 100 hours of operation. The full set of performance parameters (offeror's standard tests, plus items 1-4 from the Performance Requirements) shall be measured before and after the 100 hour test. Any PMT shall be rejected if its post-characterization Cathode Luminous Sensitivity, Anode Dark Current (at 20 C temperature), or Current Gain differs from the pre-test value by more the limits shown above under "Limits on Performance Changes Due to Vibration, Shock, or Radiation", or if it no longer meets the Performance Requirements shown above. Failure reports shall be submitted on any Engineering Unit or Flight Unit PMT's that fail to meet, after the 100 hour gain drift characterization, the Performance Requirements, or which demonstrate performance changes in excess of the limits specified above under Level 3. Such failure shall be reported to the Technical Officer within two (2) working days. The failed PMT shall undergo failure analysis, the results of which shall be delivered at a mutually agreed upon time, based on the type of failure. The NAICS Code and Size Standard are 334411 and 750, respectively. The DPAS Rating for this procurement is DO-C9. The provisions and clauses in the RFQ are those in effect through FAC 97-25. All qualified responsible business sources may submit an offer which shall be considered by the agency. The Government will award a Firm Fixed-Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical: Capability of the item offered to meet the Government's requirement. Price Schedule: Ability to meet the required schedule Past Performance The proposal shall clearly and fully demonstrate the offeror's capability and knowledge with regard to the technical requirements described in the RFQ. Stating that the offeror understands and will comply with technical requirements or paraphrasing those requirements is not adequate. Failure to respond may result in the offeror's proposal being removed from further consideration. A formal Quality Plan shall be included in the proposal. The Quality Plan shall fully describe the quality program that has been and will be utilized in the design, fabrication, test, and qualification of the Flight PMT's. The offeror shall provide a list of three (3) references for the same or similar work performed within the last 5 years, including contract number, contract value, agency/company name and point of contact (including address, telephone and fax numbers, and e-mail address, if available), what the contract was for , the contract start date, and status of the contract (current, terminated (if so, why), successfully completed). Offerors with no previous contracts for the same or similar work shall so state. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Offers for the items(s) described above are due by Wednesday, October 10, 2001 2:00 p.m. local time and must be mailed to: Ms. Veronica C. Stubbs NASA's Goddard Space Flight Center Mail Code 216 Building 26, Room 232 Greenbelt Maryland 20771 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, CAGE Code, 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/Forms/Index.html to submit a quotation. Offerors 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 offeror 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 and the following identified clauses are incorporated by reference and hereby included as an Addendum to FAR 52.212-4; FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) FAR 52.246-2 -- Inspection of Supplies -- Fixed Price (Aug 1996) FAR 52.217-5 -- Evaluation of Options FAR 52.217-6 -- Option for Increased Quantity (Mar 1989) [insert for Option 1 within 45 days after delivery of the supplies called for under the basic contract; for Option 2 within 45 days after delivery of the supplies called for in Option 1]. Option 1 -- 40 Engineering Unit PMT's Option 2 -- 210 Flight Unit PMT's In accordance with FAR 52.217-5, Evaluation of Options, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity(E.O. 11246) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities(29 U.S.C. 793) 52.222-37, Employment Reports on Disabled veterans and Vetereans of the Vietnam Era (38 U.S.C. 4212) 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31U.S.C. 3332) 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 October 2, 2001 via fax to Veronica Stubbs at 301-286-1773 or via email to Veronica.C.Stubbs.1@gsfc.nasa.gov. Offerors must provide a written copy of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their offer. 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 offeror'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=51 Potential offerors 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 Companies shall provide the information stated in the synopsis/RFQ including all amendments. Documents related to this procurement are available over the Internet and are in Microsoft Office 97 format and reside on the World Wide Web (WWW) server which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=CL&pin=51
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=51#99020)
- Record
- Loren Data Corp. 20010927/ASOL004.HTM (D-268 SN50Y7B4)
| A - Research and Development Index
|
Issue Index |
Created on September 25, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|