Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2004 FBO #1056
SOLICITATION NOTICE

66 -- DESIGN AND FABRICATION OF SPECTROMETER HOUSING

Notice Date
10/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
4200087412
 
Response Due
11/1/2004
 
Archive Date
10/15/2005
 
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 is being issued as a Request for Proposal (RFP) for the Design and Build of 3 ea. prototype miniature spectrographs for space applications. STATEMENT OF WORK Design and build three prototype miniature spectrographs for use in space applications. Below are the specifications for the spectrographs. 1. Develop three spectrographs each with a different spectral region and input aperture as follows: a. Region 1 (VIS) 350-1000nm b. Region 2 (NIR) 900-1700 nm c. Region 3 (SWIR) 1600-2500 nm. d. Note: These wavelengths are assumed exclusive; i.e. not inclusive; the chief ray of end wavelengths strike the end points of the specified detector length. A spot of this wavelength is not completely resolved. 2. Detector: Three separate commercially available detectors have been identified for use with the spectrographs. a. VIS channel use Hamamatsu S8377-256Q. 256, 50?m x 250?m pixels = 12.8 mm total array length. b. NIR channel use Hamamatsu G9201-256S. 256, 50?m x 250?m pixels = 12.8 mm total array length. c. SWIR channel use Hamamatsu G9208-256W. 256, 50?m x 250?m pixels= 12.8 mm total array length. 3. Entrance slit: 50?m wide x 250?m tall. 4. Required spectral resolution (slit image FWHM): a. VIS channel !10 nm (15 nm at 365 nm) b. NIR channel !10 nm c. SWIR channel !10-20 nm (must be ! 20 nm @ 2500 nm) 5. Numeric aperture " 0.13 6. Grating peak efficiency near these wavelengths: a. VIS peaked at 600 nm b. NIR peaked at 1400 nm c. SWIR peaked at 2400 nm. 7. Thermal excursion ranges: a. Operational ?70 - + 50 ? C. b. Storage ?100 - +100 ? C. 8. Maximum package size and mass: a. Each spectrograph must have a mass ! 50 grams. b. Each spectrograph package footprint (detector excluded) should fit within a volume of 2 inches x 2 inches x 2 inches. 9. Other Package Requirements a. Each spectrograph must be light tight. b. Must accommodate either a SMA fiber optic input or a 12.4mm diameter optic, barrel mounted, with a 3/4-inch diameter bolt circle flange. Total flange diameter will not exceed 1 inch. c. Using screws, it must be possible to fasten each spectrometer to a flat plate. A nut and bolt arrangement or screws threaded into the housing are acceptable configurations. Proposed Project Steps 1. Technical specification finalization and optical modeling refinement. 2. Input interface approval. 3. Conformance testing plan approval. 4. Grating design and fabrication (three different grating designs) 5. Update predicted as-built resolution after tolerance analysis. 6. Spectrograph mechanical design ( Common enclosure, 3 detector mounts). 7. Fabrication of prototypes (one spectrograph for each spectral range) 8. Integration, test, performance verification, and delivery of three prototype spectrographs with as-built performance report including dimensioned drawings. 9. Deliver one of each type, VIS, NIR and SWIR spectrometer, no later than April 4, 2005. Preferred performance specifications 1. Make the input slit interchangeable 2. Design the spectrograph housings so they can be ?stacked? and fastened together as an integrated unit. 3. Maximum change in irradiance at pixel over operational temperature ! 1000 ppm/?C. 4. Allow for an order sorting filter to be mounted immediately behind the input aperture (between the slit and detector array). The mounting may simply be potting the filter in place in a recessed aperture. For design purposes, a CVI LPF 1300 long pass filter may be used for the SWIR spectrometer, and a CVI LPF 850 for the NIR spectrometer. The nominal thickness of these filters is 3.5-4.5 mm, with an effective index of 1.8. Specific details of the filters are available from the manufacturer. The diameter of the filters may be specified by the Contractor and furnished by NASA GRC for integration in the final units. No sorting filter is required for the VIS spectrometer. Government Furnished Property: The filters described in the preferred performance specifications section 4, will be supplied to the Contractor and will be returned as part of the integrated deliverable. In order to optimize assembly and testing, NASA GRC will supply each of the required detectors (Hamamatsu S8377-256Q, Hamamatsu G9201-256S and Hamamatsu G9208-256W), appropriate readout electronics, and technical support to readout the detector arrays during the alignment and mounting process. Each of these arrays will be fixed to the spectrographs and returned to NASA GRC as part of the deliverable. In the case of the Hamamatsu S8377-256Q (silicon photodiode array), the detector will be mounted to a small circuit board with 4 mounting holes with #2 screw clearance. The other two detector arrays will be mounted using the existing mounting flange on the parts. The provisions and clauses in the RFP are those in effect through FAC 01-22. 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 334516 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 Bldg. 21, Attn: Phil Jenkins MS 302-1 is required by May 1, 2005. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by November 1, 2004 to MS 500-306, Attn: Gary Golinski 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/NEFS/NEFSHome.tml FAXed or electronic offers will not be accepted. 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: 52.222-26, 52.222-35 and 52.222-36. The Offeror shall complete the "Offeror Representations and Certifications" which can be found at FAR 52.212-3, Alt. 1. 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 (JUNE 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: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1. 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 Gary Golinski not later than October 25, 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. Other critical requirements: Consideratiion will be given for the performance elements listed in the section of the Statement of Work entitled, "Preffered Performance Specifications". It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). The NASA Project Manager will visit the ultimate successful contractor's facility. For evaluation purposes the price of each offer will be adjusted for the cost(air fare and perdiem)of his trip. The adjustment to each offeror's price may vary based on the costs involved in traveling to that particular destination. 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=D&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#113027)
 
Record
SN00695021-W 20041017/041015212110 (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.