Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,2000 PSA#2591

NASA/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