COMMERCE BUSINESS DAILY ISSUE OF JANUARY 4, 2001 PSA #2760
SOLICITATIONS
58 -- ROFIN-SINAR OR EQUAL DIFFUSION COOLED CO2 LASER SYSTEM
- Notice Date
- January 2, 2001
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- RFO3-157425
- Response Due
- January 7, 2001
- Point of Contact
- Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@grc.nasa.gov
- E-Mail Address
- Glen M. Williams (Glen.M.Williams@grc.nasa.gov)
- Description
- 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). 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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for: item 1) one Rofin-Sinar Diffusion Cooled CO2 Laser System, model DC035 or equal with high volume air system model 880-0712-1, pre-mix gas cylinder model 200-0901-1, gas regulator model 2204-01001, internal alignment model 22499, ramping generator, stand model 250-0035-X, and chiller features (all features are the model number shown above or equal), item 2) installation and checkout of the system, and item 3) documentation. The required Laser System salient characteristics are: Item 1: -- The laser shall reliably operate between a lower limit of 350 watt output power, or less, and an upper limit of 3300 watt, or greater. -- The laser shall operate in both continuous wave and pulsed modes with 10, or less, to 1000Hz, or greater, pulse frequency in pulsed mode -- The laser shall be diffusion cooled with no flowing laser gas; a premixed gas cylinder suitable for 6 months operation or greater shall be provided; a regulator for the gas cylinder shall be provided. -- The beam quality factor k = (1/M2) shall be 0.8 or greater. -- An integrated power supply operating at 480V/60Hz shall be provided. -- A remote control panel with 40 feet minimum of cable between the remote panel and power supply shall be provided. -- An internal alignment laser shall be provided -- A programmable ramping generator, having the capability to control the laser output power and shutter, shall be provided. The ramping generator shall accept keyboard input, shall contain 32 programs or greater, and each program shall be dividable into 6 or greater segments. -- A support stand for the laser shall be provided. It shall be built for a laser beam height of about 6 foot above the floor. -- A high volume air system for delivering dry oil-free air shall be provided. Specifications shall be 16 l/min for purging the laser and 5scfm for beam delivery purge. Particle sizes less than 0.1 micron, -94F dew point and oil at less than 0.01 mg/m3. -- A water-to-water chiller capable of meeting the cooling requirements of the laser shall be provided. -- All equipment shall be capable of fitting through a 34.5 inch wide door frame Item 2: -- The Contractors shall install and checkout the laser system demonstrating that all requirements are met. The Contractor shall install the system at the NASA Glenn Research Center, Cleveland, Ohio within 30 days from delivery. Actual dates and time for installation and checkout shall be via mutual agreement between NASA and the Contractor and shall be Monday-Friday 8a.m. to 4:30p.m. and shall be for a maximum of 2 days Item 3: Two copies of operations/maintenance manuals shall be provided which, as a minimum describe the proper operation of the system. The provisions and clauses in the RFQ are those in effect through FAC 97-20. The NAIC code and the small business size standard for this procurement are 334510 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 to NASA Glenn Research Center is required within 125 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by January 7, 2001, 4:30p.m. GRC local time and may be mailed or faxed (if not more than 10 pages) to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, (216) 433-5489 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, description of items offered per 52.212-1, 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. NASA is not responsible for non-receipt of faxed offerors due to mechanical malfunctions or other reasons. 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. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. 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/ Select the choice that reads: cirepcertover25k.doc FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2000) (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s 12722, 12724, 13059, and 13067). (3) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). _X__ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. _X__ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). _X__ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). _X__ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii)___ Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program -- Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program -- Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X__ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _X__ (12) 52.222-26, Equal Opportunity (E.O. 11246). _X__ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X__ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). ___ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). ___ (16) 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies (41 U.S.C. 10a -- 10d). _X__ (17)(i) 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C. 10a -- 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. ___ (18) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (19) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (20) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). ___ (21) [Reserved] ____ (22) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). _X__ (23) 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332). ___ (24) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ___ (25) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (26) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NONE The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Award will be made on an aggregate basis to the lowest priced, technically acceptable quoter 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 solicitation 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)). Other critical requirements considered for this soliciation: None 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=22 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.htmlgenesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFO3-157425)
- Record
- Loren Data Corp. 20010104/58SOL001.HTM (D-002 SN509909)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on January 2, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|