Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1999 PSA#2277

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BE

J -- UPGRADE OF EAST AUXILIARY TELESCOPE SOL 9-BE13-48-9-13P DUE 022299 POC Stephanie D. Hunter, Contract Specialist, Phone (281) 483-8523, Fax (281) 244-5331, Email stephanie.d.hunter1@jsc.nasa.gov -- Caroline M. Root, Contracting Officer, Phone (281) 483-4140, Fax (281) 244-5337, Email caroline.m.root1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-48-9-13P. E-MAIL: Stephanie D. Hunter, stephanie.d.hunter1@jsc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/JSC plans an upgrade of the East Auxiliary Telescope of the McMath-Pierce Solar Telescope at Kitt Peak National Observatory in Tucson, Arizona. The provisions and clauses in the RFQ are those in effect through FAC 97-10. The SIC code and the small business size standard for this procurement are 3827 and 500 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The delivery schedule is as follows: Mechanical Upgrade: June 1999 Control System Upgrade: November 1999 Optical Modifications: February 2000 Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact, by the date/time specified and 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: The purpose of this upgrade is to make available a dedicated telescope for astrometric follow-up of near-earth objects detected by the NASA on-going monitoring program. Tasks for the upgrade include the following: 1. Control system upgrade: 8 axes of motion, namely: HA track, set, slew DEC track, set, slew #2 mirror "tip" (collimation axis 1) #2 mirror "tilt" (collimation axis 2) Image de-rotation Autoguider X stage Autoguider Y stage Auxiliary instrument (future development) Other controlled items include the mirror petals and the #2 mirror "focus" (up and down the railway track). RA and DEC should have better than 1 arc second resolution, and the #2 focus position to be controlled to better than 1 cm. Tracking accuracy should be at least 1 part in 50,000 and slewing rates at least 1.5 degrees/sec. System shall have limits on the #2 mirror for collimation and focus controls, and shall include a physical horizon sensor in addition to software limits. Control system shall include computer, motion control cards, and all cables and drivers. 2. Mechanical upgrade: Replace the RA mechanical drive system, and service the DEC drive system. The heliostat rides in a fork mount that is supported by a single bearing that encircles the polar shaft tube. The original design of the drive called for a second bearing. This was never installed, and as a result the RA bull gear has been worn beyond repair. A complete replacement is necessary.. One approach to the mechanical upgrade would be to add a bearing to support the RA drive and replace the worm/wormwheel with a friction roller drive. The mechanical parts of the DEC drive are not thought to be in such bad condition, but it is expected that cleaning and tightening will be necessary. The contractor shall remove the mount from Kitt Peak to facilitate the necessary retrofit. 3. Optical Modifications: 3.1 Detector and Transfer Optics A CCD camera must be supplied for the telescope. A suitable system would be the Photometrics Aurora CCD camera system, which provides a 2Kx2K CCD with 15 micron pixels. The image scale at the prime focus of the East Auxiliary Telescope is 5.11 arc seconds/ mm. Transfer optics must be supplied to reimage the focal plane to provide 3-4 pixels per arc second on the detector. It is expected that the transfer optics and detector will be mounted at the prime focus of the #2 mirror in the main optical tunnel. However, the mounting should be of a modular nature so hat it can also be used in the main solar observing room without the need to re-route cables. 3.2 Image Rotation The detector system must be provided with an image rotator to compensate for rotation of the image with time that is inherent in the heliostat optics. 3.3 Guider A commercially-available auto-guider system is to be provided. The guider system must be able to compensate for image rotation. The guider should be operable using the same computer as the main computer system. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.203-6, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, and FAR 52.225-3. Questions regarding this acquisition must be submitted in writing no later than February 3, 1999. Quotations are due by February 9, 1999 to the address specified above and to the attention of the Bid Depository. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. Posted 02/03/99 (D-SN294239). (0034)

Loren Data Corp. http://www.ld.com (SYN# 0043 19990205\J-0007.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page