Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
SOLICITATION NOTICE

66 -- THRUST VECTOR CONTROL BREADBOARD LOW PRESSURE INSTRUMENTATION ASSEMBLY

Notice Date
5/2/2007
 
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
NNC07198976Q
 
Response Due
5/11/2007
 
Archive Date
5/2/2008
 
Small Business Set-Aside
N/A
 
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 the Items listed below: ************************************************************* TITLE: Thrust Vector Control Breadboard (BB) Hydraulic Low Pressure Instrumentation Requirement Document Technical Point of Contact: Thomas Kraft; thomas.g.kraft@nasa.gov; 216-433-2936 NASA, Glenn Research Center is charged with developing the Thrust Vector Control (TVC) system for the Upper-Stage of the new ARES I launch vehicle. As part of this program we will be building a hydraulic breadboard system to evaluate the TVC hydraulic system components. The overall goal of the breadboard testing is to evaluate the functionality of each hydraulic system component (both steady state and dynamic), determine if each hydraulic component is adequately sized, and to see how all the hydraulic components operate when integrated into a complete TVC system. In order to characterize the hydraulic system, NASA GRC will require pressure, flow and temperature measurements throughout the system. This specific procurement is for instrumentation that will be placed in the low pressure side of hydraulic system. NASA GRC would like to have the pressure, temperature and flow instrumentation integrated together into one single mounting block assembly to simplify the integration of the instrumentation into the hydraulic system. This entire assembly, which includes the instrumentation mounting block, the pressure sensor, temperature sensor and flow sensor will be named the ?low pressure instrumentation assembly? for the remainder of this document. Below are the basic requirements for the low pressure instrumentation assembly. General Requirements for Low Pressure Instrumentation Assembly 1. Instrumentation Assembly Definition: As mentioned in the synopsis, vendor shall provide a mounting block along with the pressure, temperature and flow measurement sensors integrated into the block. All required mating electrical connectors for pressure, temperature and flow instruments is also considered part of the instrumentation assembly. The entire assembly described above is known as the Low Pressure instrumentation assembly. 2. Instrumentation Measurement Units: The low pressure instrumentation assembly shall be capable of reporting out measurements in the following units: a. Pressure: psig b. Temperature: ?F c. Flow: GPM 3. Fluid Medium: The low pressure instrumentation assembly shall be designed to operate with hydraulic fluid conforming to MIL-PRF-83282D 4. Calibration Certification: Vendor shall supply calibration certificate for all instrumentation. The calibration certificate shall be NIST traceable. 5. Operability: The low pressure instrumentation assembly shall be capable of operating under the following operating conditions: a. Operating Pressure: The low pressure instrumentation assembly shall be designed to operate with a maximum hydraulic pressure of 100 psig. b. Operating Fluid Temperature: The low pressure instrumentation assembly shall be designed to operate within a hydraulic system temperature range of +70 F to +250 F c. Flow Rate: The low pressure instrumentation assembly shall be designed to operate with a maximum hydraulic system flow rate of 25.0 GPM. 6. Survivability: The low pressure instrumentation assembly shall be capable of meeting the requirements in this document after being subjected to the following maximum system conditions: a. Maximum Hydraulic Pressure: 150 psig b. Maximum Fluid Temperature: 275 F c. Flow Rate: N/A 7. Temperature Compensation: If temperature compensation is required to meet specifications specified in this requirement document then temperature compensation shall be valid throughout the entire temperature range specified in section 5b above. 8. Maximum Pressure Drop Vendor shall supply to NASA GRC an estimate of the pressure drop (psig) between the inlet and outlet ports of low pressure instrumentation assembly at the maximum hydraulic system flow rate of 25.0 GPM. It is desirable to minimize the differential pressure across low pressure instrumentation assembly (< 5 psig). 9. Fluid Connections: SAE straight threads per MS33649 or equivalent are preferred for hydraulic inlet/outlet ports on instrumentation mounting block. All fluid connection information shall be sent to NASA GRC for concurrence/approval a. Ideally the port sizes on the inlet and outlet of low pressure instrumentation assembly block should be sized for 1? OD tube. 10. Instrumentation Type: a. Flow meter: Turbine type flow meter w/ magnetic pickup b. Temperature Sensor: RTD c. Pressure Sensor: Strain Gage 11. Input Power: 24 VDC 12. Electrical Output Signal: 4 ? 20 mA analog output signal preferred 13. Electrical Connections: All mating electrical connectors for pressure, temperature and flow instruments shall be provided by vendor and included in the quotation. All electrical connection information shall be sent to NASA GRC for informational purposes. Specific Performance Requirements for Instrumentation: 14. Instrument Response Time: a. Turbine Flow Meter: < 200 ms (> 5 Hz) b. Temperature Sensor: < 5 s (> .2 Hz) c. Pressure Sensor: < .4ms (> 2,500 Hz) 15. Instrument Accuracy: a. Turbine Flow Meter: +/- 1% Full Scale b. Temperature Sensor: +/- 5 Degrees F c. Pressure Sensor: +/- 1% Full Scale 16. Instrument Stability:≤ ? 0.5 % Full Scale for 1 year Pricing/Delivery Requirements: 17. Delivery Date: < 6 weeks ARO 18. Quantity: NASA GRC would like to obtain quotes and associated delivery for the following quantities: a. Qty (6) low pressure instrumentation assemblies and all required mating electrical connectors b. Qty (7) low pressure instrumentation assemblies and all required mating electrical connectors c. Qty (8) low pressure instrumentation assemblies and all required mating electrical connectors d. Shipping charges shall also be included in all quotations as a separate line item ************************************************************* The provisions and clauses in the RFQ are those in effect through FAC 2005-16. The NAICS Code and the small business size standard for this procurement are 334515 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 GRC is required within six (6) weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30p.m. EST on May 11, 2007 to Deborah.L.Giavasis@nasa.gov 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml 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(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. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 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: 52.223-6; 52.247-34; 52.222-3 52.222-19, 52.222-21; 52-222-26; 52.222-35; 52.222-36; 52.222-37; 1852.223-72 The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Debbie Giavasis no later than COB on 5-10-07. Telephone questions will not be accepted. Selection and award will be made (on an aggregate basis) 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. 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#124580)
 
Record
SN01286271-W 20070504/070502225959 (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.