|
COMMERCE BUSINESS DAILY ISSUE OF MAY 2,2000 PSA#2591NASA/Goddard Space Flight Center, Code 215, Greenbelt, MD 20771 59 -- MICROFOCUS X-RAY TUBE AND CONTROL SYSTEM SOL 541-67707-912 DUE
051900 POC Lou Etta M Milstead, Contract Specialist for Simplified
Acquisition, Phone (301) 286-4782, Fax (301) 286-1720, Email
Lou.Etta.M.Milstead.1@gsfc.nasa.gov -- Mary E. McKaig, Contract
Specialist for Simplified Acquisition, Phone (301) 286-4240, Fax (301)
286-1720, Email Mary.E.McKaig.1@gsfc.nasa.gov WEB: Click here for the
latest information about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=51#541-6
7707-912. E-MAIL: Lou Etta M Milstead,
Lou.Etta.M.Milstead.1@gsfc.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 GODDARD SPACE
FLIGHT CENTER INTENDS TO PURCHASE ONE (1) EACH, MICROFOCUS X-RAY TUBE
(30 DEGREE TUBE HEAD) AND CONTROL SYSTEM meeting the following
governments requirements: The microfocus x-ray source will replace an
existing source in a real-time/slow scan radiography system. The 225-kV
source will inspect a greater range of spacecraft materials and
assemblies than the present source. The Microfocus x-ray tube (30
degree tube head) and control system shall include the following: --
Installation of system into required location of Building 30, Room 171
-- Training -- Vacuum system andrequired hoses -- Microprocessor x-ray
control unit -- 225 kV high voltage generator with high tension cable
-- Connection cable set -- 3mA/320 watt upgrade -- Translator box and
line transformer -- Mains cable -- Turbo Vac Molecular Pump -- Spare
parts kit -- Water cooling unit for operation over 40 watts -- Standard
1 year warranty to include parts, labor, and associated travel
ADDITIONAL SPECIFICATIONS AND REQUREMENTS: OVERALL SYSTEM 1. Input
Power and Temperature Range a. system must use input power of 110-120
VAC at 60 Hz or 208/3 phase VAC b. 15-250 C operating temperature
range; c. if necessary for operation, must include cooler and any
necessary accessories. POWER SUPPLY AND CONTROLLER 2. Current and
Voltage Ranges a. maximum target voltage should be greater than or
equal to 225 kV b. maximum electron beam current must be greater than
or equal to 3.0 mA c. continuous duty cycle 3. Spot Size Control a.
spot must be autofocused and autocentered 4. Control and Monitoring
ofCurrent/Voltage a. RS-232 interface for the controller, documentation
of control inputs and data outputs for the system b. controller must
automatically initialize the system including switching on the vacuum
pump, tube warm-up, and the regulation of filament current c.
controller must automatically adapt filament heating power to the
filaments age d. independent potentiometers for voltage and current
control e. automatic limiting of tube power for a given spot size to
protect the target f. target voltage preset so that voltage can be set
and monitored prior to activation of the beam g. protection of the
power supply against arcing loads and high currents 5. Operational
safety a. interlocks for enclosure integrity, compatible with standard
BRH interlock switching b. panel indicators for power on, x-ray on,
standby, and interlocks open c. key activation of controller d.
isolation of high-voltage supply from controller via fiber optic link
6. Quality of power supply voltage/current a. stability of the high
voltage supply is less than or equal to 0.1% of the maximum rated
voltage b. stability of the emission current is less than or equal to
1% of the full current c. stability of the filament is 10% unregulated
d. reproducibility of the high voltage is less than or equal to 0.1%
of the maximum rated voltage e. reproducibility of the emission current
is less than or equal to 1% of full current f. peak to peak voltage
ripple is less than or equal to 1% of the maximum rated voltage g.
accuracy of the high voltage is 12% and 11% for the emission current
X-RAY TUBE 7. General tube specifications a. metal body tube housing
which can be opened from the top and bottom for maintenance purposes b.
evacuated with supplied vacuum pumps c. continuous duty cycle d.
pressure interlock e. tungsten target material f. 600 target angle to
permit close-in positioning of parts g. window material is beryllium
and is 0.5 mm thick and must be replaceable h. 300 cone angle of the
useful beam i. cathode installation must include click-in construction
requiring no further mechanical adjustment j. tube must have
replaceable targets that can be made of materials other than the
standard tungsten k. tube components under vacuum to be sealed with
o-rings l. pump down time required for tube operation after changing
filament/target must be less than 15 minutes 8. Tube voltage/current a.
target voltage minimum less than or equal to 10 kV b. target voltage
maximum greater than or equal to 225 kV c. electron beam current at
largest spot size greater than or equal to 3 mA d. must be able to
adjust voltage and current (locally and remotely) continuously i.e.,
without turning off voltage or current (intermediate stepping of
voltage/current is permissible) 9. Spot size and power a. focal spot
size adjustable from less than or equal to 4 5m to greater than or
equal to 300 5m for the full range of kV and tube current b. maximum
power must be greater than or equal to 320 W at 225 kV The provisions
and clauses in the RFQ are those in effect through FAC 97-15.
Thisprocurement is a total small business set-aside. See Note 1. The
SIC code and the small business size standard for this procurement are
3844 and 500, 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. Delivery shall be FOB Destination. The DPAS rating for this
procurement is DO-C9. Quotations for the items(s) described above are
due by 4:30 PM EDT on May 19, 2000. They may be mailed or faxed to
NASA/GSFC, Code 215, Attn: LouEtta Milstead, Greenbelt, MD 20771, and
shall include, solicitation number, FOB destination to GSFC, 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. FAR 52.212-5 is applicable and the following
identified clauses are incorporated by reference: 52.222-21, 52.222-26,
52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-34. The FAR may be
obtained via the Internet at URL:
http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions
regarding this acquisition must be submitted in writing no later than
May 10, 2000. Selection and award will be made on an aggregate basis to
the lowest priced, technically acceptable quoter. Technical
acceptability will be determined by information submitted by the quoter
providing a description in sufficient detail to show that the product
quoted meets the Government's requirement. Each specification shall be
addressed and adequate documentation sheets shall be attached for
technical review. Failure to comply may render your bid void. Quoters
must provide copies of the provision at 52.212-3, Offeror
Representation and Certifications -- Commercial Items with their quote.
See below for where to obtain copies of the form via the Internet. (
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ and click on the
document titled "cirepcertover25k.doc" for the correct Representations
and Certifications to be used for this solicitation). An ombudsman has
been appointed -- See Internet Note "B". It is the quoter's
responsibility to monitor the following Internet site for the release
of amendments (if any):
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=51
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 04/28/00
(D-SN449600). (0119) Loren Data Corp. http://www.ld.com (SYN# 0194 20000502\59-0005.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|