SOLICITATION NOTICE
66 -- THERMAL CONDUCTIVITY MEASUREMENT SYSTEM
- Notice Date
- 4/19/2007
- Notice Type
- Solicitation Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC07195355Q
- Response Due
- 5/7/2007
- Archive Date
- 4/19/2008
- Small Business Set-Aside
- Total Small Business
- 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 procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for a Thermal Conductivity Measurement System The NASA Glenn Research Center (GRC) has a requirement for a Thermal Conductivity and Thermal Diffusivity Measurement System. The Thermal conductivity and thermal diffusivity system measures heat flux and heat capacity to calculate the thermal conductivity of materials. This system shall measure the thermal conductivity of diverse array of materials like ceramics, metals and composites at wide range of temperatures. Most common method is based on well established thermal-flash method involving uniform irradiation of a small, preferably disc-shaped samples using very short pulse of energy. Specifications: The Thermal Conductivity Measurement System shall meet the below specifications: 1. Follows Standard Test Method for Thermal Diffusivity of Solids by the Flash Method-ASTM E1461 2. Capable in measuring thermal diffusivity, specific heat capacity and determination of thermal conductivity. 3. Thermal diffusivity measurement range 0.001 to 10 cm2/sec. 4. Temperature range ?C room temperature to 1600 oC. 5. Furnace module ?C with the following items: a. MoSi2 heating elements b. High Temperature insulation c. Type S sample thermocouple d. Type S control thermocouple e. Mullite muffle tube sealed for operation in air, inert gas purge, vacuum tight up to 10-3 torr. f. Temperature controller 6. Modular System Design for future furnace upgrades to achieve 2500??C or -180??C. 7. Vacuum module with large capacity two-stage mechanical vacuum pump, thermocouple gage with gage tube (10-3 torr) and vaccum level display. 8. PC with Windows XP Professional operating system. a. Dual channel high speed data acquisition interface 9. Specific heat capacity measurement software. 10. Thermal conductivity determination software. 11. Data acquisition and analysis software that includes: a. heat loss corrections - ??20 models b. pulse width correction c. thickness correction models-??5 models ` d. Built-in tutorial e. Built-in diagnostics f. Statistical Goodness of fit software 12. Operational in Gas Environments of Nitrogen, Inert and Oxygen. 13. Water-cooled couplings for pressure/vacuum seals. 14. Power: 208-240 VAC 60Hz single phase. 15. Portable laser flash module with: a. Class 1 Nd: glass laser - ??35 joules ?C maximum power b. Laser power supply. c. Electronics for charging and fire control. d. Safety interlocks. e. Equipped with appropriate optics and safety filters. 16. Built in visible alignment laser (red). 17. Fiber optic laser power delivery wand providing 99% homogenized intensity. a. Pulse shape sensing fiber optic link. b. Pulse shape mapping circuit - determination of pulse width and timing. 18. LN2-cooled InSb IR detector with built-in preamplifier. 19. Six position indexing sample holder. 20. At least 3 reference samples for performance verification and specific heat capacity measurements. 21. On-site installation and training ?C minimum of 2-days. 22. Extended 24 month warranty at no charge. Delivery: Delivery shall be 8 weeks after receipt of order. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THE ITEMS MEET THE ABOVE SPECIFICATIONS** This procurement is set aside for small business. The provisions and clauses in the RFQ are those in effect through FAC 05-16. The NAICS Code and the small business size standard for this procurement are 335999 and 500 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 Glenn Research Center is required within 8 weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is D0-C9 Offers for the item(s) described above are due by Monday May 7, 2007 at 4:30 p.m. EST and may be faxed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop: 500-305 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), Corporate and Government Enitity (CAGE) Code, DUNS number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) 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. Offers may also be submitted via e-mail to Timothy.M.Bober@nasa.gov . Offerors are responsible for ensuring that their respective proposals and e-mails are received. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items 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 clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the following FAR clauses in this paragraph (b) that are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor??Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.225-1 Buy American Act ?C Supplies (June 2003) (41 U.S.C. 10A-10D), 52.232-25 Prompt Payment (OCT 2003) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332),52.234-1 Changes ?C Fixed Price (AUG 1987). 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 Timothy M. Bober not later than Friday April 27, 2007. Telephone questions WILL NOT be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. ***It is critical that offerors provide adequate detail to allow evaluation of their offer. (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. 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#124430)
- Record
- SN01277397-W 20070421/070419221748 (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 |