Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

66 -- SOLAR TRACKING RADIOMETER SYSTEM

Notice Date
7/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09298840Q
 
Response Due
8/18/2009
 
Archive Date
7/29/2010
 
Point of Contact
Brunilda DeJesus, Contract Specialist, Phone 216-433-2789, Fax 216-433-5489, Email Brunilda.DeJesus@nasa.gov - Ernest C. Mensurati, Contracting Officer, Phone 216-433-2727, Fax 216-433-2480, Email Ernest.C.Mensurati@nasa.gov<br />
 
E-Mail Address
Brunilda DeJesus
(Brunilda.DeJesus@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for a Solar TrackingRadiometer System - Quantity 1BACKGROUNDNASA Glenn Research Center (GRC) intends to install a radiometer system for solar energymeasurements for AM 1.5 Project. It includes continuous, automatic measurements ofdirect, global and diffuse solar energy. Electrical measurement Instrumentation in notincluded in this request. SPECIFICATIONSThe Contractor shall provide a Solar Tracking Radiometer System which shall meet thefollowing specifications:Item 1: Solar tracking requirements (including active Tracker, Control unit, processor,data storage method, all cables, instruction manual) shall meet the followingspecifications: 1. Alt-Azimuth or Equatorial dual (minimum)drive tracking system2. Pointing accuracy 0.1 degrees or better3. Weather resistant (sealed) access doors4. Control system for year round tracking of the sun at 41 N Latitude 5 5. 120V AC source power6. placement for at least one Direct or normal incidence solar irradiance measurementinstrument7. placement for at least two global irradiance Measurement instruments8. placement for solar tracking sun shade, to shade one global irradiance unit fromdirect sunlight.9. Return to a home position after sunset or mechanical stop, to prevent wiring damage.Item 2: Shade Disk Kit 1. Attach to above solar tracker to track sun. 2. Shade one global irradiance measurement instrument from direct sunlight3. includes ventilation for two global irradiance Measurement instruments4. 6 diameter maximumItem 3: Black & White Pyranometer for Diffuse Irradiance (Global Shaded) 1. ISO Second Class/ WHO Moderate Quality2. resolution <1 w/m2 3. linearity: 1% or better4. Response time (95%): 60 sec or faster5. Spectral Range 0.285-2.8 μm or more6. Cosine response: 2% for 0 to 70 (Zenith Angle) 5% for 70 807. Temperature dependence curve (option)8. Calibration certificate traceable to the World Radiation Reference Item 4: Precision Spectral Pyranometer for Global Irradiance measurement 1. ISO Secondary Standard/ WMO High class2. Response time (95%) 20 sec or faster3. resolution: <1 W/m24. Temperature Dependence: <1% -20C to 40C5. Spectral Range: 0.285-2.8 μm or more6. non-Linearity: 0.5% or better7. Cosine response: 1% for 0 to 70 (Zenith Angle) 3% for 70 80 or better8. Calibration certificate traceable to the World Radiation Reference Item 5: Normal Incidence Pyrheliometer 1. ISO First Class Pyroheliometer/ WHO High class2. response time (95%) <20sec3. Resolution <1 W/m24. non-Linearity : 0.5% or better5. Field of view <66. Temperature Dependence: <1% -20C to 40C7. calibration certificate traceable to the World Radiation Reference and a temperaturecompensation curve.The provisions and clauses in the RFQ are those in effect through FAC 2005-34. 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 334519 and500 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 isrequired by Wednesday, September 30, 2009. Delivery shall be FOB Destination.Offers for the items(s) described above are due by Tuesday, August 18, 2009 by 4:30 PMEST, and may be either emailed to Brunilda.DeJesus@nasa.gov or mailed to NASA GlennResearch Center, Attn: Brunilda DeJesus, M/S 500-319, 21000 Brookpark Road, Cleveland, OH 44135. Offers and must include, solicitation number, FOB destination to this Center,proposed delivery schedule, discount/payment terms, warranty duration (if applicable),taxpayer identification number (TIN), CAGE Code, DUNS Number, identification of anyspecial commercial terms, and be signed by an authorized company representative. Offerors are responsible for ensuring that their respective proposals and e-mails arereceived. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644), 52.219-28 Post Award Small Business Program Representation 19.308(d),52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, Child Labor - Cooperationwith Authorities and Remedies (AUG 2007) (E.O. 13126), 52.222-21, Prohibition ofSegregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246),52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793),52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts),52.225-1, Buy American Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d), 52.232-34, Paymentby Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31U.S.C. 3332).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 via e-mail toBrunilda.DeJesus@nasa.gov not later than Friday, August 14, 2009 4:00 PM EST. Telephonequestions 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 ofinformation submitted by the offeror which must provide a description in sufficientdetail 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 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09298840Q/listing.html)
 
Record
SN01891062-W 20090731/090730000158-24a7d8dae303e8e0b0b0b65cb4ff92a2 (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.