The RFP Database
New business relationships start here

NIKON LASER RADAR MV350 SYSTEM


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

NASA/GSFC has a requirement for a Laser Radar Metrology System. This System uses LIDAR to produce three dimensional measurements of structures, optics, and spacecraft to help enable their precision alignment and calibration during the construction and test phase of a mission. This device will be used to help build the James Webb Space Telescope. GSFC metrology and optical engineers have identified a component off the shelf (COTS) laser radar Telescopemetrology system that will satisfy the needs of JWST. This technology is relatively new in the industry. Laser radar (i.e., LIDAR) is a fast way to measure optical and mechanical surfaces and interface features from great distance (~50meters) with high precision and accuracy (similar to or better than a standard laser tracker). To date, only one metrology company manufactures this (Nikon Metrology,Inc., 12701 Grand River Ave. Brighton, MI 48116-8506) This is also the only laser radar that is supported by the software that GSFC uses to acquire and analyze data. Therefore, this Radar will be procured on a sole source basis. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6(Streamlined Procedures for evaluation and Solicitation for Commercial Itms) in conjunction with FAR Part 13.5 (Test Program for Certain Commercial Items) Interested organizations may submit proposals detailing the capabilities and compatibility of their products. All responses must be submitted via written communication not later than 4:30PM EASTERN STANDARD TIME (EST) on December 02, 2014. The capabilities and compatibilities of the products will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. The determination by the Government not to compete this proposed effort on a full and open competition basis will be based upon responses to this notice and is solely within the discretion of the Government. Oral communication is not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than December 02, 2014 to Stephanie.Jackson-1@nasa.gov or 301-286-1720(FAX). It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quotes will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. (a) The following factors shall be used to evaluate offers: Descending Order of importance: 1) Technical Capability of the items offered to meet the Government requirement, 2) Schedule, and 3) Price. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (SEP 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-54, Employment Eligibility Verification (AUG 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act-Supplies (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (July 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following NASA FAR terms and conditions apply to this acquisition: 1852.215-84 Ombudsman (NOV 2011),*1852.219-76 NASA 8 Percent Goal (JUL 1997),1852.223-72 Safety and Health (short form)(APR 2002), 1852.223-75 Major Breach of Safety or Security (FEB 2002), with Alternate I (FEB 2006), 1852.225-70 Export Licenses (FEB 2000), 1852.227-86 Commercial Computer Software Licensing (DEC 1987), 1852.237-73 Release of Sensitive Information (JUNE 2005), 1852.246-72 Material Inspection and Receiving Report (AUG 2003), The provision at 52.209-5, Certification Regarding Responsibility Matters, applies to this acquisition. * The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p          ub_library/Omb.html

Stephanie A Jackson, Contract Specialist, Phone 301-286-0422, Fax 301-286-1720, Email stephanie.jackson-1@nasa.gov

Stephanie A Jackson

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP