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