SOLICITATION NOTICE
66 -- CW Laser with Water Riser Chiller
- Notice Date
- 8/5/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA1658941Q-AWT
- Archive Date
- 8/31/2016
- Point of Contact
- Wendy Takeguchi, Phone: 6506042964, Michael J. Hutnik, Phone: 650-604-4195
- E-Mail Address
-
wendy.l.takeguchi@nasa.gov, michael.j.hutnik@nasa.gov
(wendy.l.takeguchi@nasa.gov, michael.j.hutnik@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Agency (NASA) Ames Research Center (ARC) has a requirement for One (1) CW Laser with Water Riser Chiller. This notice is a combined synopsis/solicitation (NNA16589415Q-AWT) 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, which is issued as a Request for Quotation (RFQ); quotations are being requested and a written solicitation will not be issued. NASA/ARC's requirement is to purchase one (1) CW Laser with Water Riser Chiller. Specifications are provided below. Objective: NASA Ames is setting up a molecular Rayleigh scattering experiment to measure fluctuations in density, velocity and temperature in high speed airflows. The Rayleigh scattered light from the gas molecules will be spectrally analyzed to determine Doppler shift and thermal broadening which provide a measure of velocity and temperature. The central element for this setup is a single line width, stabilized, continuous-wave, laser. Specifications: Power: 6W CW, TEM00 Power Stability: +- 1% Wavelength: 532nm Polarization: 100:1 Linewidth: 5MHz rms (true single longitudinal mode) Noise: 0.02% rms Maximum beam diameter: 2.5mm Beam Divergence: <0.5 mrad Water Riser Chiller (for maintaining a stable laser head temperature during prolonged operation) Delivery: 6 Weeks from date of award The provisions and clauses in the RFQ are those in effect through FAC 2005-88 dated 16 May 2016. This procurement is a full and open competition. The NAICS Code and the small business size standard for this procurement are 334516 and 1000 employees respectively. The offeror shall state in their offer their size status for this procurement. Offerors must have current registration and Representations and Certifications in the website www.sam.gov, and provide the firm's DUNS number with their offer. Offers for the item(s) described above are due by August 16, 2016, 1:30 p.m. PST, to Wendy Takeguchi, Contract Specialist, at wendy.l.takeguchi@nasa.gov and must include, solicitation number, FOB destination to this Center, delivery period, 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.htm. All responsible sources may submit an offer which shall be considered by the agency. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. FAR 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. In order to be found technically acceptable the offeror must provide the following: 1) Technical pamphlet showing proposed items meet or exceed the specification criteria set forth above, and 2) offeror must state a delivery date within the delivery period set forth above. Technical acceptability will be determined by a 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. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6, Notice of Total Small Business Aside, 52.219-28, Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination. 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 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. 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/ARC/OPDC20220/NNA1658941Q-AWT/listing.html)
- Place of Performance
- Address: Delivery Address:, NASA Ames Research Center, Receiving, Bldg. N-255, Moffett Field, California, 94035-1000, United States
- Zip Code: 94035-1000
- Zip Code: 94035-1000
- Record
- SN04212229-W 20160807/160805235234-e93b3fe888ccbfa6e9a22fac6a7c7bb9 (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 |