SOLICITATION NOTICE
66 -- INSTRUMENT AND LABORATORY EQUIPMENT
- Notice Date
- 8/25/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM06166133Q
- Response Due
- 9/5/2006
- Archive Date
- 8/25/2007
- Small Business Set-Aside
- N/A
- 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 ONE (1) Electronic Speckle Pattern Interferometer System to be purchased is a 3D optical measurement system that utilizes coherent laser illumination for highly sensitivity displacement measurements at high frequency. Primary uses will be vibrometry for experimental modal analysis. The required salient features are as follows. ?Able to use a Coherent 2W Verdi laser currently owned by ET40 as illumination source. ?Also easy to switch between external laser and optional internal laser. ?Easy to setup and minimal alignment of system. ?Measure in-plane and out-of-plane (x, y, and z) displacements. ?Able to provide real-time displacement visualization. ?Able to determine and display relative phasing of displacements of a test article vibrating at a natural frequency. ?Sensor portion of the system containing the CCD camera should be compact and mobile to allow easy manipulation of views of the part under test for in-situ testing applications. ?Phase stepping optics capable of measuring dynamic displacements up to 75 KHz. ?Capable of taking measurements over at least a 6x6 inch surface. ?Able to output results as images. Animation of mode shapes is also required. ?Company providing system offers annual hardware and software maintenance agreements. ?Company that offers the ESPI system has technicians that are US citizens and reside in the US. These technicians should be qualified to perform onsite maintenance on the system in a timely manner (7 days). ?Able to deliver system in no more than 10 weeks. This procurement will be Full and Open Competition All responsible sources may submit an offer which shall be considered by the agency. Delivery to Marshall Space Flight Center is required within 10 weeks after award of purchase order. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by September 9, 2006 4:00 p.m. CST 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. 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. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6,52.219-4,52.222-3,52.222-19,52.222-21,52.222-26,52.222-35,52.222-36,52.222-37,52 .222-39,52.225-3,52.225-13,52.232-33,. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Janet Appleton at janet.l.appleton@nasa.gov (fx) 256-544-4401. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. An ombudsman has been appointed -- See NASA Specific Note "B". 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=62#121941)
- Record
- SN01126535-W 20060827/060825222331 (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 |