Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

67 -- N68936-02-R-0072

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept.1, Commander, NAWCWD, Code 210000D, 1 Administration Circle, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
N68936-02-R-0072
 
Response Due
8/20/2002
 
Point of Contact
Jerry Manley, Contract Specialist, Phone (760) 939-4273, Fax (760) 939-4241, - Doreen Robbins, Procuring Contracting Officer, Phone (760) 939-9665, Fax (760) 939-4241,
 
E-Mail Address
manleyja@navair.navy.mil, robbinsdp@navair.navy.mil
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on a competitive basis, a High Dynamical Range Spectroscopy System in accordance with FAR Parts 12 and 13, and the authority of the test program for commercial items under FAR Subpart 13.5. This is a combined synopsis/solicitation issued as a Request for Proposal (RFP) for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not issued. The system shall consist of: Contract Line Item Number (CLIN) 0001, streak camera main unit including streak tube, Qty 1 ea; CLIN 0002, input optics with variable slit: 200-800, Qty 1 ea; CLIN 0003, image intensifier (25mm), Qty 1 ea; CLIN 0004, digital CCD camera, Qty 1 ea; CLIN 0005, streak image analysis software package, Qty 1 ea; CLIN 0006 CCD coupling lens, Qty 1 ea; CLIN 0007, CCD mount adapter, Qty 1 ea; and CLIN 0008, spectrograph (f=300mm) with 3 gratings, coupling adapter and mount table, Qty 1 ea. The system must have the ability to achieve less than 5 psec temporal resolution on a single shot event; a dynamic range of greater than 1000 for measurements for resolution measurements of 5 psec or greater and the ability to achieve a dynamic range of at least 100,000 at 100psec resolution; sweep range (data recording time) from 0.5ns to 1ms; a quantum efficiency of greater than 1% over the spectral range of 240nm to 820nm; single photoelectron sensitivity; a wide enough detection area to allow for a minimum of 17mm of active area; detect wavelengths from 200-850nm; spectrograph must be computer controlled and have 3 adjustable gratings in the ranges 300nm blaze with 300g/mm, 500nm blaze with 600g/mm, and 500nm blaze with 1200g/mm; detector must be capable of 1024 individual wavelength detection for 1024 time steps; achieve a temporal resolution of 5ps and have a range of sweep times/full screen of 0.5, 1, 2, 5, 10, 20, 50, 100, 200, 500ns, 1, 2, 5, 10, 20, 50, 100, 200, 500us, and 1ms; operate in focus and streak mode; trigger jitter less than +/- 20ps at fastest range; determine exact time of data acquisition via external device; computer controlled via GPIB interface and data acquisition system that must have hard drive, 3 ? floppy drive, and CDRW drive; Ethernet capability to send data over RDTE network, display and standard inputs of commands using MS windows platform; include software for controlling spectrograph, streak camera, and detector; software must be able to convert from pixel to wavelength using settable calibrations; intensified CCD with a luminous gain of 3000; spectrograph and streak camera must be precision mounted together; streak camera and detector must be precision mounted together; entire system must be mounted together in a mounting plate to provide stability and constant alignment; mounting plate must be able to be used alone or as part of larger optical table setup; input mounting optics on spectrographs must be designed for SMA connection of fiber optics; mounting must be done such that optimal light is imparted to spectrograph and that different sized SMA connections could be utilized. The delivery date for this procurement shall be less than or equal to 5 months after effective date of the contract with delivery to China Lake, CA. The FOB point is destination; therefore, shipping costs will be included in the pricing of the items. The NAICS code is 334516 with a small business size standard of 500 employees. This announcement/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, apply to this acquisition. The offer shall include a completed copy of the provision at FAR 52.212-3 with its offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. Additional FAR and DFARS clauses which also apply are: DFARS 252.225-7000, 252.204-7004, 252.225-7017, 252.225-7012, 252.243-7002, 52.204-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.232.33. FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition and the following evaluation factors are hereby incorporated in this clause: 1) Technical capability of the item offered to meet the Government requirement, and 2) Price. Both factors are of equal importance. Award will be made to the offeror who meets or exceeds the technical requirements of the system as stated in this synopsis/solicitation at the lowest price. The resulting contract will not be covered by the Defense Priorities and Allocations System. All responsible offerors may submit a proposal which shall be considered by the agency. Offers shall be submitted by the closing date of 20 August 2002 at 4:00 p.m. PST. Please see FAR 52.212-1(b) for information regarding what documentation is to be submitted with all offers. FAR clauses are available online at the following site: http://www.arnet.gov/far/ DFARS clauses can be obtained at the following site: http://www.acq.osd.mil/dp/dars/dfars.html Offerors are advised that award will be made on an all-or-none basis. Electronic submission of proposals is not authorized for this procurement. Respond to Naval Air Warfare Center Weapons Division, Attn: Code 210000D, Jerry Manley, 1 Administration Circle, China Lake, CA 93555-6100.
 
Place of Performance
Address: N/A
 
Record
SN00130705-W 20020803/020801213837 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.