Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2011 FBO #3569
SOLICITATION NOTICE

66 -- ND YAG PIV LASER SYSTEM

Notice Date
8/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11397199A
 
Response Due
9/8/2011
 
Archive Date
8/31/2012
 
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone 216-433-2756, Fax 216-433-5489, Email Marilyn.D.Stolz@nasa.gov
 
E-Mail Address
Marilyn D. Stolz
(Marilyn.D.Stolz@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for BRAND NAME OR EQUAL: ESI 1000-3003 MODEL, SOLO 200XT with the following configuration: base systemconfiguration: Solo 200XTA, Ext. Base Plate; power option: 120VAC Cord for US, JPN,TWN; XT Umbilical: 10 ft. Umbilical (Standard), [hereinafter, 'LASER']:Salient Characteristics:1) Repetition rate shall be adjustable from a maximum of not less than 15 Hz per laserhead, down to a minimum of 1 Hz per laser head;2) Laser pulse energy shall be not less than 200 milliJoule/pulse @532 nm per laserhead;3) System shall contain two laser heads in a single bench top housing unit;4) The 1064 nm output from the two lasers shall be combined into a coaxial beam thatthen passes through a single frequency doubling crystal to produce the 532 nm outputbeam. Adjusting the frequency doubling crystal will not alter the co-linearity of thepropagating output beams. User shall be able to adjust the frequency doubling crystalangle in order to optimize the frequency conversion from 1064 nm to 532 nm;5) No residual 1064 nm laser light shall be emitted from the laser on the 532 nm beam;6) User shall have access to and be able to adjust beam overlap in beam combining modulea) Beam overlap shall be accomplished by a near field and far field mirrorupstream and downstream of the frequency doubling crystalb) Mirrors shall be mounted on gimbal stages with lockable adjustment screws;7) The time between laser pulses shall be variable down to zero (simultaneous) viaexternal transistor-transistor logic (TTL) trigger pulses;8) Beam divergence shall be less than 0.4 mrads;9) Beam diameter shall be less than 6.0 mm;10) Laser power unit shall use a closed-loop water to air cooling system;11) Pulse width shall be less than < 5 nanoseconds @ 532 nm;12) Optical head dimensions shall not exceed 620x235x123 millimeters (LxHxW);13) Optical head weight shall not exceed 19 kg;14) Laser system must accept external TTL trigger pulses for each of the Flashlamps andQ-switches. When external user supplied Flashlamp and Q-Switch timing pulses aresupplied, the timing error between the peak of the laser pulse output energy and theinput Q-Switch signal trigger edge shall be shall be less than 1 nanosecond;ITEM 1: One (1) Nd:YAG PIV Laser System, Brand Name or Equal to 'LASER' & compliant withsalient characteristicsITEM 2: OPTION I One (1) Nd:YAG PIV Laser System, Brand Name or Equal to 'LASER' &compliant with salient characteristicsITEM 3: SPARE PARTS -Four (4) each Brand Name or Equal to ESI 1300-0001 MODEL,Deionization cartridge, WCL & compliant compatible with Item 1, which provides filteringof debris in the laser head closed loop water supply.ITEM 4: Option II - SPARE PARTS - Four (4) each Brand Name or Equal to ESI 1300-0001MODEL, Deionization cartridge, WCL & compliant compatible with Item 2, which providesfiltering of debris in the laser head closed loop water supply.ITEM 5: SPARE PARTS -Four (4) each Brand Name or Equal to ESI 0002-0036-1 MODEL,Flashlamp, 4 Xenon, TEM/GEM & compliant compatible with Item 1, which provides theflashlamp optical pumping pulse for the laser operation.ITEM 6: Option III - SPARE PARTS - Four (4) each Brand Name or Equal to ESI0002-0036-1 MODEL, Flashlamp, 4 Xenon, TEM/GEM & compliant compatible with Item 1, whichprovides the flashlamp optical pumping pulse for the laser operation.ITEM 7: DOCUMENTATIONThe Contractor shall provide one set of comprehensive hardware and software manuals whichshall include but is not limited to user, system, troubleshooting and maintenance. (Ifall of this material is available on-line, a URL is sufficient.)ITEM 8: WARRANTYContractor is not required to provide a warranty. Standard warranties routinely providedto commercial customers at no additional cost shall be described and provided to theGovernment. ITEM 9: INSTALLATIONThe Contractor shall install/set-up the 'LASER' at the NASA Glenn Research Center. TheContractor shall insure that the 'LASER' meets all stated specifications listed in thisdocument within 30 days of delivery.The provisions and clauses in the RFQ are those in effect through FAC 2005-53.THIS PROCUREMENT IS FOR FULL AND OPEN COMPETITION.The NAICS Code and the small business size standard for this procurement are 333512 and500 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135. Delivery shall be FOB Destination.PROPOSAL INSTRUCTIONS:The Contractor shall provide evidence that they meet the specifications. If Offeror is offering a non-commercial item or a commercial item that is being modifiedto meet the specifications, then the Offeror shall describe any changes to the opticalhead and/or beam overlap optics, frequency doubling crystal mounts. The ramifications ofany modifications of the laser head/beam overlap optics to the manufacturers statedperformance specifications in the product brochure shall be clearly delineated. Schematicdrawings showing the beam path exiting each laser head and the optics used to frequencydouble and combine the beams shall be clearly labeled and positioned as they would beinstalled in the laser head. Location of the beam overlap adjustment screws andfrequency doubling crystal alignment screws shall be clearly delineated and the beamoverlap process shall be described in a step by step set of instructions.Offeror shall demonstrate compliance with the salient characteristics.NOTE for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Offers for the items(s) described above are due by September 8, 2011, 4:30 p.m. localtime and may be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-305,Cleveland, OH 44135 and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1 are as follows: None.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None.FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)(2),Alternate I(Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (Aug 1996) (31U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: 52.219-28, Post Award Small Business Program Re-representation (APR 2009)(15 U.S.C.632(a)(2)),52.222-3, Convict Labor (June 2003) (E.O. 11755),52.222-19, ChildLabor--Cooperation with Authorities and Remedies (JUL 2010)(E.O. 13126),52.222-21,Prohibition of Segregated Facilities (Feb 1999),52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246),52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C.4212),52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C.793),52.222-37, Employment Reports on Veterans, (Sep 2010) (38 U.S.C. 4212), 52.223-18,Contractor Policy to Ban Text Messaging while Driving (SEP 2010)(E.O. 13513), 52.225-3,Buy American ActFree Trade Agreements-Israeli Trade Act.,52.225-13, Restrictions onCertain Foreign Purchases (June 2008)(E.O.'s, proclamations, and statutes administered bythe Office of Foreign Assets Control of the Department of the Treasury),52.232-33,Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003)(31 U.S.C.3332). 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 Marilyn D.Stolz not later than September 6, 2011. Telephone questions will not be accepted.EVALUATION AND AWARD FOR BEST VALUE:Selection and award will be based upon overall best value to the Government among thoseofferors that meet the salient characteristics shown above. Technical acceptability willbe determined by information submitted by the offeror providing a description insufficient detail to demonstrate their technical expertise, experience concerning theirability to perform the requirements and past performance. It is critical that offerorsprovide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Unless otherwise stated in the solicitation, for selection purposes, ability to meet thesalient characteristics, total price and the best value criteria are essentially equal inimportance. The offeror is encouraged to address the best value criteria shown below aspart of their offer.Demonstration of the offeror's technical expertise can be via a detailedexplanation/description of offeror's facilities, the equipment that will be used,personnel, the number of years of work experience of the personnel, prior contracts withpoints of contact, brochures, etc. or a description of subcontractors and theirfacilites, equipment, etc. and whether the subcontract is currently in place.BEST VALUE CRITERIA:The following criteria will be considered best value for this procurement:1. An offeror who is a current laser manufacturer with a history of timely delivery andexecution within budget is of greatest value to the Government. Offerors shall citeprior contract examples, describing what was performed. Include the name, address,contract number, and point of contact for any contracts used for this response.2. Earliest delivery date is of the greatest value to the Government.Offerors shallcite prior contract examples, describing what was performed and provide a point ofcontact to demonstratethis #2. Include the name, address, contract number, and pointof contact for any contracts used for this response.3. Ease of laser power tweaking (via frequency doubling crystal adjustment) and beamoverlap adjustment is important to the government. The contractor shall clearly describethe beam overlap procedure with illustrations of the hardware used to make theadjustments.4. The cost of crating and returning the laser for repair is important to the Government,with lowest cost being of greater importance.5. Contractor is not required to provide a warranty; however, terms of any no-costwarranty will be considered (length, items covered, terms/cost of returns, etc.).Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11397199A/listing.html)
 
Record
SN02556742-W 20110902/110831235213-3348f499296e2a18c83e8c59f07c4237 (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.