Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2007 FBO #2039
SOLICITATION NOTICE

66 -- OPTICAL PYROMETER SYSTEM

Notice Date
6/25/2007
 
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
NNC07205771Q
 
Response Due
7/9/2007
 
Archive Date
6/25/2008
 
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. The Government intendes to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for the following: k-Space Associates Band-Edge Optical Pyrometer System, or equal. Qty 1. (If quoting on equals, descriptive literature must accompany quote). The system shall meet or exceed the following salient characteristics: 1. The method employed shall be optical in nature, whereby the diffusely reflected light spectra from the target is acquired and the absorption/band edge is directly measured. The technology shall be band-edge position based, and therefore not subject to the well known limitations of other pyrometry methods, namely it shall be immune to changes in viewport transmission, stray light contribution, and emissivity changes. The surface temperature measurement shall be accomplished via directly monitoring the bandgap edge of the target material as a function of temperature for wafer surface temperature determination from room temperature up to the indicated temperature for each and every wafer material (listed below) with the following detailed requirements. - Measurement of elemental Silicon wafers from room temperature through 600 degrees Celsius (C) using the wafer-scattered included-source-supplied radiation (with range of 875-1400nm) to determine the surface temperature through band-edge referenced temperature dependence as a function of changing surface temperature (shall include the following: minimum accuracy = +/- 2 degrees C, minimum resolution = 0.1 degree C, minimum stability = +/- 0.2 degrees C over a 4 hour time period). Temperature measurement greater than 600 degrees C up to 1,300 degrees C shall utilize the Si-self generated black-body radiation. - Measurement of elemental Silicon Carbide, Galium Nitride, and Zinc Oxide, wafers from room temperature through 1,300 degrees Celsius (C) using the wafer-scattered included-source-supplied radiation (with range of 350-600nm) to determine the surface temperature through band-edge referenced temperature dependence as a function of changing surface temperature (shall include the following: minimum accuracy = +/- 1.5 degrees C, minimum resolution = 1.0 degree C, minimum stability = +/- 1.0 degrees C over a 4 hour time period). - Software application shall allow the operator to select the wavelength range to integrate the signal over and also provide a means for measuring, recording, and displaying multiple targets on a rotating platform at elevated (up to 1,300 degrees C) temperatures. These targets shall be measurable with a minimum of 4 targets per revolution at a minimum rotation rate of 500 revolutions per minute. The provisions and clauses in the RFQ are those in effect through FAC 05-17. This procurement is a total small business set-aside. 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. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30pm EST, July 9, 2007 to fax 216-433-5489 or email 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 (e-mail or fax) to Sandra A. Brickner not later than 7/5/2007. 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. 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#125413)
 
Record
SN01327413-W 20070627/070625221327 (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.