Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
SOLICITATION NOTICE

66 -- NANOSECOND PULSE GENERATOR (HIGH-VOLTAGE PULSED-POWER SUPPLY)

Notice Date
7/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06162443Q
 
Response Due
7/26/2006
 
Archive Date
7/18/2007
 
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for one Nanosecond Pulse Generator,(high-voltage pulsed-power supply,) for use in the development and demonstration of efficient ionization technology for creating large-scale plasmas for practical aeronautical and space exploration applications. Specifications for this effort are set by reports of efficient coupling of electromagnetic energy into air with the use of pulsed nanosecond discharges. The power supply will be installed on a wind tunnel with an estimated 20-25% coupling of power into the flow. Eventually, a multi kW power supply will be developed for use on a plasma generator in the 1? by 1? supersonic wind tunnel. An Electrical Power Supply with the following specifications is required: (1) Voltage Output: A Maximum output voltage in the range of 50kV to 100kV (into 400-1000 Ohm). A minimum of 4 output channels is required. (2) Input power - AC 100-240V and DC 100-300 V (These sources to be provided by user). (3) Pulse Characteristics Rise time - 2-3 ns Fall time - 2-3 ns Pulse duration at 50% - 5-8 ns Maximum PRF (pulse repetition frequency) - 100 kHz. PRF to be adjustable from Single shot to 100kHz in continuous mode. (4) Triggering ? both internal and external capability required. (5) Cooling ? integrated into power supply. (6) Electrical cables and pulse combiner (series circuit) shall be furnished by vendor. (7) At least two copies of user manual shall be provided, with shipment, by vendor. (Either two hard copies, or electronic copy (usually sent by e-mail) is acceptable.) The provisions and clauses in the RFQ are those in effect through FAC 05-11. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334515 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA GRC is required within 2 months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items described above are due by Wednesday, July 26, 2006 at 4:30 p.m. EST and may be mailed to NASA Glenn Research Center; 21000 Brookpark Road, Attn: Nikki Brown, M.S. 500-306; Cleveland, Ohio 44135 and must 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. A copy of a published price list, catalog price or computer page printout showing the price for the item may also be included. (Note, the Contracting Officer may request this information if only 1 source provides a quotation). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form (attached to this solicitation). (Ensure that the "track changes" feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offers are not acceptable. Note: offers may also be emailed to Nikki.D.Brown@nasa.gov however they must be complete and include all necessary signatures Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.209-6 , Protecting the Government?s interests when subcontracting with contractors debarred, suspended, or proposed debarment 52.219-6 Notice of Total Small Business Set-aside 52.247-34 F.O.B. Destination 52.203-6, Restrictions on Subcontractor Sales to the Government 52.222-3, Convict Labor 52.222-19, Child Labor ?Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.225-1, Buy American Act- -Supplies 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade 52.225-15, Sanctioned European Union Country End Products 52.225-16, Sanctioned European Union Country Services 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration 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 All contractual and technical questions must be in writing (e-mail or fax) to Nikki D. Brown not later than 2 days after solicitation issue date. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. (if you use Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) state that in quotation. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#121221)
 
Record
SN01092029-W 20060720/060718221432 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.