Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2003 FBO #0632
SOLICITATION NOTICE

66 -- PARTICLE IMAGE VELOCIMETRY DATA ACQUISITION SYSTEM

Notice Date
8/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03-C3A-016
 
Response Due
9/5/2003
 
Archive Date
8/21/2004
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
 
E-Mail Address
Email your questions to Timothy M. Bober
(Timothy.M.Bober@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; offers are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ). The NASA Glenn Research Center has requirements for a 15 Hz, Particle Image Velocimetry Data Acquisition System. The system shall meet the following specifications: 1. PIV laser shall possess the following characteristics: ? Dual Nd: Yttrium Aluminum Garnet (YAG) heads ? Repetition rate of 15 Hz ? Output wavelength of 532 nm ? Output energy of 50 mJ/pulse or greater ? Divergence less than 4 mrad ? Pulse width between 3 ? 5 ns Full With Half Maximum (FWHM) ? Jitter within  1 ns ? Operable using 110-120 Volts AC, 50/60 Hz electrical power ? Power supply with internal, closed loop cooling 2. Cross-correlation camera shall possess the following characteristics: ? detector: CCD-interline, with full chip resolution at least 1000 pixels by 1000 pixels; pixel size 9 micron (square format) or smaller, with horizontal spacing horizontal and vertical equal to the pixel size. ? bit depth: 10 bits per pixel or better ? dynamic range greater than 58dB ? frame rate at least 15 double exposures/sec; capable of 1 microsecond delay between double exposures ? temporal noise less than 3% rms ? C-mount lens adapter ? Collection optics for camera: macro camera lens with focal length 105-mm, C-mount adapter In addition to the above specifications, the system shall also meet the following: 1. Acquisition software for frame grabbers and camera 2. Frame grabber card and cables, PCI bus for image acquisition at the camera frame rate. 3. Pulse generator to control events delay, synchronization, and triggering of camera and laser 4. Optics and optical mounting hardware for laser combining and laser-sheet-forming, to include rails, prisms, cylindrical lenses 5. Installation, Checkout, and Training shall be conducted by the Contractor within 30 calendar days after delivery. Training shall include a system operational procedure and configuration. Period of Performance: Delivery of the system shall be 60 days from receipt of order. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR QUOTATION MEETS THE STATED SPECIFICATIONS** The provisions and clauses in the RFQ are those in effect through FAC 01-13. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334310 and 750 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Glenn Research Center is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by 4:30 p.m. local time on Friday September 5, 2003 and may be e-mailed, faxed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop 500-306 Cleveland, Ohio 44135 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 shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. 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 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. 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 All contractual and technical questions must be IN WRITING (e-mail or fax) to Timothy M. Bober not later than Thursday August 28, 2003. Telephone questions WILL NOT be accepted. Award will be based upon overall best value to the Government among those offers that meet the specifications general instructions above. Consideration will be given to the factors of meeting specifications, total price, best value criteria (see the next paragraph below) and past performance. Other criteria requirements if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. **Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the quotation meets the Government?s requirements.** 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://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#107160)
 
Record
SN00409155-W 20030823/030821214236 (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.