Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2004 FBO #0803
SOLICITATION NOTICE

99 -- CW: ND: YAG LASER USED FOR NANOTUBE PRODUCTION

Notice Date
2/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ-BH2-JEH-04-013Q
 
Response Due
2/13/2004
 
Archive Date
2/6/2005
 
Point of Contact
Michele H. Ladrach, Contract Specialist, Phone (281) 483-6096, Fax (281) 244-5331, Email michele.h.ladrach@nasa.gov - Tim A. Boyes, Contract Officer, Phone (281) 483-1838, Fax (281) 244-5331, Email timothy.a.boyes@nasa.gov
 
E-Mail Address
Email your questions to Michele H. Ladrach
(michele.h.ladrach@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 notice supersedes Sole Source Synopsis NNJ-BH2-JEH-04-010P for "CW: ND: YAG LASER USED FOR NANOTUBE PRODUCTION" that was posted on January 21, 2004. This notice is being issued as a Request for Quotations (RFQ). The provisions and clauses in the RFQ are those in effect through FAC 01-19. The DPAS rating for this procurement is DO-C9. NASA/JSC has a requirement for a CW:ND:YAG laser to be used in the Johnson Space Center (JSC) nanotube production facility. It shall be capable of providing 1064-nm-light in a continuous wave output. The laser shall be integrated with a power supply that includes the Laser Control Unit (LCU), cooling system and computer software designed to operate the lasers. The LCU shall be comprised of the user interface and control over all functions of the laser. This functionality includes total control of the laser operating parameters such as temperature, power level, continuous wave (CW) operation, laser modes and external interfacing. The system shall include power cable, fittings for cooling water and flash lamps. It also includes complete computer controlled operations, host interfacing, networking and external Input/Output (I/O) controller driver card for all options and accessories. A hand held remote control shall be included for complete control over system functions. It shall have the following features: -IR Nd:YAG laser CW at wavelength of 1064 nm -Lamp pumped with lamp change outs taking less than 10 minutes -Lamp housing shall prevent any debris from collecting -Single mode operation: CW -It shall have a Ceramic Reflector for generation of smooth Gaussian spatial beam profile with no hot spots -Its Optical resonator shall be constructed on kinematically mounted casting with cavity mirrors mounted in a reinforced stainless-steel gimbal mount -Laser Commander ? software control shall be included -The Power Supply/Cooler characteristics and features shall include: * low ripple switched-mode power supply * remote control * RS-232 interface * packaged in a 40 inch height cabinet with castors Performance specifications at 1064 nm operation shall include: -Power greater than or equal to 120 watts CW (using ceramic reflector) -Vertical output polarization -Approximately 5 mrad beam divergence Other features included shall be: -External triggering capability -Electrical Power: 3 phase, 208VAC, 50 Amp/phase -Dimensions: 29? x 8? x 7? (L x W x H) Head -The ability to upgrade to frequency doubled and tripled light output -The ability to upgrade to q-switched operation at 20kHz with a power stability of ?3% RMS and with first pulse suppression 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 335999 and 500 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 Johnson Space Center is required within 45 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by February 12, 2004 at 4:30pm, CST to NASA/Johnson Space Center, Attn: BH13/Michele Ladrach, 2101 NASA Parkway, Houston, TX 77058 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 are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: The following information is required from the Offerors; 1. The offeror shall provide information on no more than 3 past customers listing customer name and point of contact (including address, telephone and fax numbers and e-mail address, if available) and description of the laser system provided. 2. Descriptions of the offeror?s resources, facilities, and equipment (i.e., including manufacturing, test, computational, analytical, experimental, etc.) shall be provided. 3. Information shall be provided about the experience, credibility, reliability, laser repair and maintenance, and customer service of the offeror. 4. The offeror?s proposal shall describe the qualifications and experience of the personnel to be assembleing, testing, and maintenance of the laser system. 5. The offeror shall provide the extent of parts and maintenance coverage as well as the cost of maintenance contracts for the first five years. 6. The offeror shall provide the extent of parts and maintenance coverage as well as the cost of maintenance contracts for the first five years. 7. Information shall be provided about the dependability and quality of the laser system to be provided. 8. FACSIMILE or email offers are acceptable EVALUATION - COMMERCIAL ITEMS (FAR 52.212-2) (JAN 1999) (a) The Government will award a 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: This procurement shall be conducted utilizing Best Value Selection (BVS), which seeks to select an offer based on the best combination of price and qualitative merit of the offers submitted and reduce the administrative burden on the offerors and the Government. BVS takes advantage of the lower complexity of simplified acquisition procurements and predefines the value characteristics which will serve as the discriminators among offers. BVS evaluation is based on the premise that, if all offers are of approximately equal qualitative merit, award will be made to the offeror with the lowest evaluated price (fixed-price contracts). However, the Government will consider awarding to an offeror with higher qualitative merit if the difference in price is commensurate with added value. Conversely, the Government will consider making award to an offeror whose proposal has lower qualitative merit if the price (or cost) differential between it and other proposals warrant doing so. The statement of work included serves as the Government's baseline requirements. Those offers determined to meet the baseline requirements will be judged against these value characteristics listed below which establish what the Government considers to be valuable in an offer beyond the baseline requirements. The value characteristics are performance based and permit selection of the offer, which provides better results for a reasonable increase in price. All these factors combined are approximately equal to cost or price. On those value characteristics the offeror chooses to provide, adequate information should be submitted to permit proper evaluation. The following value characteristics are applicable to this procurement: 1. The laser meets or exceeds the requirements of the SOW. 2. Quality of equipment and facilities of the offeror proposed to perform the work specified. 3. Relevant qualifications and experience of the offeror?s personnel. 4. Quality of offeror?s past performance on lasers delivered to previous customers. 5. Quality of the experience, creditability, reliability, laser repair and maintenance, and customer service of the offeror. 6. Quality of the laser system to be provided. 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). __ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). __ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (20)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (21) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (22)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act (June 2003) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I (May 2002) of 52.225-3. __ (iii) Alternate II (May 2002) of 52.225-3. __ (23) 52.225-5, Trade Agreements (June 2003) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (25) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (26) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). __ (27) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (28) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). _X_ (30) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (31) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (32) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (33)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).. __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Alternate I (Feb 2000). As prescribed in 12.301(b)(4), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause". JSC TERMS AND CONDITIONS OF PURCHASE ORDER 1. RESTRICTION ON PARTIAL DELIVERIES The Government reserves the right to reject partial delivery unless authorized elsewhere in this order or authorized in writing by the Contracting Officer. Unauthorized partial deliveries will be returned to the Contractor, transportation charges collect. 2. ITEM IDENTIFICATION All individual items or packages must be marked with stock numbers and must be packed in the unit indicated. Any deviation may be rejected and returned to the vendor. 3. PACKING The items shall be packed in substantial commercial containers of the type, kind, and size commonly used for the particular items, using suitable blocking, bracing, and cushioning to ensure damage-free delivery and content acceptance to the designated point by common or other carriers at the lowest rate of the carrier. If applicable, item shelf life will be clearly marked on the exterior of the container. 4. PACKAGING (Interior) Unless otherwise specified herein, only identical items with the same part number shall be packaged as a unit. Protective measures shall be used to prevent damage from physical hazards during transportation and storage, by application of packages and wraps, cushioning, and complete identification marking of unit and intermediate containers. Each unit and intermediate container shall be clearly marked externally with identification data to include name, quantity, and item number. 5. PACKING LIST A packing list or other suitable shipping document shall accompany each shipment. The packing list may be enclosed in the package or securely attached to the outside of the package in a sturdy, waterproof envelope. When more than one package is involved in a shipment, the package containing the packing list shall be identified with the words ?CONTAINS PACKING LIST.? Packing lists shall include, but not be limited to, the following: (a)Name and address of consignor (b)Name and address of consignee. (c)Applicable NASA Purchase or Delivery Order number. (d)Description of the material shipped, including item number, quantity, number of containers, and package number, if any. 6. DELIVERY INSTRUCTIONS Deliveries must be made to the transportation receiving activity located in Building 421, NASA Lyndon B. Johnson Space Center, Houston Texas. Vendor deliveries will be accepted only during normal operating hours which are from 7:30 a.m. to 3:30 p.m. daily, except Saturdays, Sundays, and Federal Holidays. Any exceptions to normal delivery will be clearly defined by the NASA Contracting Officer. 7. FEDERAL, STATE, AND LOCAL TAXES Except as may be otherwise provided in this contract, the contract price includes all applicable Federal, State, and local taxes and does not include any taxes from which the Government, the Contractor, or this transaction is exempt. Upon request of the contractor, the Government shall furnish a tax exemption certificate or similar evidence of exemption with respect to any such tax not included in the contract price pursuant to this clause. For the purpose of this clause, the term ?date of this contract? means the date of the Contractor?s quotation or, if no quotation, the date of this purchase order. 8. ELECTRONIC FUND TRANSFER REQUIREMENTS Public Law 104-134 requires that all payments be made electronically to your bank account. Before mailing your invoice, submit your ACH Vendor Information Form (SF3881) and Taxpayer Identification Number (TIN) to the address in block 8 of the Purchase Order. Questions concerning your invoice should be directed to (281) 244-8300. FAR CLAUSE 52.204-7, CENTRAL CONTRACTOR REGISTRATION (Oct 2003) is incorporated by reference. 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 Michele Ladrach not later than February 10, 2004. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance and other critical requirements described above. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . 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=73 . 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=73#108813)
 
Record
SN00517972-W 20040208/040206212845 (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.