Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
SOLICITATION NOTICE

66 -- ANALYTE G2 - ULTRA SHORT PULSE EXCIMER LA SYSTEM

Notice Date
7/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG12437030Q
 
Response Due
7/15/2012
 
Archive Date
7/5/2013
 
Point of Contact
Torey Stevenson, Buyer, Phone 301-286-8163, Fax 301-286-1773, Email torey.d.stevenson@nasa.gov - Dona D Vanterpool, Contracting Officer, Phone 301-286-7905, Fax 301-286-1773, Email Dona.D.Vanterpool@nasa.gov
 
E-Mail Address
Torey Stevenson
(torey.d.stevenson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GODDARD has a requirement for a Analyte, GE - Ultra Short Pulse Excimer LA System. The delivered Analyte G2 excimer laser ablation system needs to meet the following specifications: WAVELENGTH: 193 nm PULSE WIDTH: <4 ns MAX REPETITION RATE: 300 Hz PULSE TO PULSE STABILITY: <3% POWER OUTPUT: 4 GW/cm2 of irradiance RANGE OF LASER ENERGIES: from 1 J/cm2 to 15 J/cm2 LASER MEDIUM: ArF excimer COOLING SYSTEM: Air BEAM HOMGENIZER: Diffractive optical laser beam homogenization for flat craters without micro-fracturing ENERGY MONITOR: built-in energy detector continuously monitors and regulates the laser at a constant output energy CELL WASHOUT TIME: washout to <1% in <700 ms (at 1 Hz) OPTICAL ATTENUATOR: Continuously variable optical attenuator for soft to max ablations from 5 to 100% of total energy SAMPLE HANDLING STAGE: 100mm X, 100mm Y, 50mm Z travel; sub-micron resolution stages STAGE PLATFORM: Gabbro vibration dampening-table with gabbro Z axis bridge and gabbro optical super structure RANGE OF BEAM DIAMETERS: 30 software selectable apertures (<3 to 250 um feature sizes) VIDEO MICROSCOPE: 12.5X continuously variable zoom with color USB camera NAVIGATION MICROSCOPE: Live, wide-angle USB camera for rapid sample navigation GAS CABINET: Integrated gas cabinet PURGED BEAM DELIVERY: Solenoid / software actuated N2 purge of laser beam path with automatic shut-off TRIGGERING: Electronic and software provisions for all ICP-MS instruments via TTL, relay and /or software control CLASS 1 ENCLOSURE: Open architecture enclosure with safety interlocks and viewing shield to prevent exposure LIGHTING: Variable reflected, transmitted and ring lighting CONTROL: PC-controlled (PC included with 22 LCD monitor) SERVICE: Installation and training included Deliverables or Delivery Schedule:before September 15, 2012. 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) The provisions and clauses in the RFQ are those in effect through FAC _2005_05-58__. The NAICS Code and the small business size standard for this procurement are 334516 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to GSFC, GREENBELT MD is required within 30 days ARO.Delivery shall be FOB Destination. Offers for the items(s) described above are due July 15, 2012 by 4:00PM EST to torey.d.stevenson@nasa.gov, 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. 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 (FEB 2012), Instructions to Offerors-Commercial Items, 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 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-50,52.219-28, 52.222-3,52.222-19, 52.222-21, 52.222-26,52.222-36,52.225-1,52.225-13,52.232-33.. 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 Torey Stevenson not later than July 15, 2012. 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. Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), Offeror Representations and Certifications -Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. 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=51. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG12437030Q/listing.html)
 
Record
SN02794731-W 20120707/120705235057-78132caca2c2b57990659d0c3415a230 (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.