Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
SOLICITATION NOTICE

66 -- 515 NM CONTINUOUS-WAVE HIGH-POWER LASER SYSTEM

Notice Date
3/16/2007
 
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
NNC07192531Q
 
Response Due
3/29/2007
 
Archive Date
3/16/2008
 
Small Business Set-Aside
Total Small Business
 
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 A 515 nm continues-wave high-power Laser System (Quinty required one system according to the following specs: Government Specifications for 515 nm continuous-wave high-power Laser System: ? Output power: 7.5 Watts ? Continuous-Wave output ? Wavelength: 515 nm, tunable over the range 514 nm to 517 nm ? Thin disk Yb:YAG technology ? Linewidth < 5MHz ? Beam diameter: 2.0 mm +/- 10% ? Divergence < 0.5 mrad ? Beam pointing drift < 5 rad/oC ? Amplitude instability < ? 1 % ? Mode structure: Near perfect TEM00 with M2 < 1.1 ? Polarization: Linear > 100 : 1, vertical ? Noise: 0.03% rms (20 Hz to 100 MHz) ? Feedback stabilization components allowing for frequency control with resolution of < 5 MHz ? Piezo mount for output coupler ? Peltier element for temperature tuning of etalon ? Tuning of Lyot filter to maximize output gain ? 3-year warranty extension including all parts, labor, and travel The provisions and clauses in the RFQ are those in effect through FAC 05-15. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement is 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 described above are due by noon on March 29, 2007 and may be faxed to Jean M. Boylan at 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 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.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 to fax number 216-433-2480 to Jean M. Boylan not later than March 22, 2007. 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. 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. All prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to any award of a purchase order. Register at: http://www.CCR.gov Or by calling: 888-227-2423. The Government requires vendor?s receiving an award to be registered in ORCA. The web site for this registration is: https://orca.bpn.gov/ . 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#123967)
 
Record
SN01253406-W 20070318/070316221813 (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.