Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2006 FBO #1678
SOLICITATION NOTICE

66 -- ICCD SPECTROSCOPIC CAMER SYSTEM

Notice Date
6/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06164092Q
 
Response Due
7/10/2006
 
Archive Date
6/29/2007
 
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 Quotations (RFQ) for AN ICCD SPECTROSCOPIC CAMERA SYSTEM FOR PARTICULATES/SOOT AND RAMAN SCATTERING STUDIES IN HIGH PRESSURE FLAMES Items to be included in the system are as follows: 1.) ICCD Camera (quantity required (1) one each) 2.) Controller board for camera (quantity required (1) one each) 3.) Spectroscopic anal & control software for camera ICCD System Specifications The ICCD camera system shall have a 18 mm diamter Gen III fiber coupled intensifier with filmless photocathode with 200 nm to 940 nm response and a minimum peak quantum efficiency of 20%; The ICCD camera system shall have a minimum 45 micron spatial resolution for intensifier & CCD camera combo The ICCD camera system shall have a minimum temporal gating capability of 5 ns, and be triggerable from an exernal TTL level signal pulse, and provide a "fire" pulse for synchronization with external events; The ICCD camera system shall have a fiber optically coupled faceplate 1024x256 pixel CCD sensor with a 26 micron pixels; The ICCD camera system shall have a digital delay generator & timing electronics built into the camera head for compactness and not require a separate camera controller box; The ICCD camera system shall have thermo-electric cooling (TEC) to -30 C capability; The ICCD camera system shall have an analog to digital converter (ADC) with at minumum, 16-bit resolution and, at minumum a 1 MHz sampling rate, with at most 40 photelectron (pe-) counts readout noise at a 1 MHz sampling rate; The ICCD camera system shall have a Windows 2000/XP controllable software included that can control all aspects of the camera; The ICCD camera system shall have mechanical interfaces to permit mounting to the following spectrographs: Kaiser Holospec f/1.8i, Acton SpectraPro SP2300 series, and Andor Shamrock 303i. The ICCD camera system shall have a hand-holdable remote control device to effect basic function settings and parameters on the camera without having to use the computer software interface The provisions and clauses in the RFQ are those in effect through FAC 05-09. 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 employees respectively. The offeror shall state in their offer their size status for this procurement. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by Close of Business on 07/10/2006 to Fax # 216-433-2480 and must include, solicitation number, 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 Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), 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 (SEPT 2005), Contract Terms and Conditions-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 Jean M. Boylan not later than 07/05/2006. 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. (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". 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#120972)
 
Record
SN01080650-W 20060701/060629221543 (fbodaily.com)
 
Source
FedBizOpps 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.