SOURCES SOUGHT
66 -- Programmable DC Current Sources (1000W Mainframe, 35-Volt Module, 60-Volt Module)
- Notice Date
- 3/29/2010
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 562 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
- ZIP Code
- 43056-6116
- Solicitation Number
- 11E-127A-PH
- Archive Date
- 3/29/2011
- Point of Contact
- Allen Kurella, Phone: 740-788-5052
- E-Mail Address
-
Allen.Kurella@afmetcal.af.mil
(Allen.Kurella@afmetcal.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Programmable DC Current Sources (1000W Mainframe, 35-Volt Module, 60-Volt Module) This is a request for information (RFI) / SOURCES SOUGHT SYNOPSIS. This request is not a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. The purpose of this request for information is in support of market research being conducted by the Air Force Metrology Calibration Program (AFMETCAL) to identify potential sources and gather information on current capabilities within the market. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government nor will the Government pay for information solicited hereunder. All costs associated with responding to this RFI will be solely at the responding party's expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. AFMETCAL is considering an anticipated GSA schedule purchase of a Programmable DC Current Source - 1000W Mainframe (11E-127A-PH). The device shall be a low profile mainframe with multiple-output. The mainframe shall be able to accommodate up to 4 modules. The Mainframe shall be a standard calibration laboratory grade instrument and have the following minimum features/specifications: The device shall be capable of using modular system for up to 4 independent outputs of up to 250-Watts (total power of 1000-Watts) or better per output in 1 unit of rack space. Perform remote programming via GPIB, LAN and USB interfaces. Fast command processing times. Ability to set lamp current and voltage and maintain output current accuracy of ± 0.5% or better. The unit must be capable of providing simultaneous digital readout of lamp current and voltage. And must have front panel display with up to 4 channels displayed simultaneously. All submittals received will be reviewed for informational purposes. AFMETCAL reserves the right to independently verify all information submitted. The total estimated quantity is 18 units. AFMETCAL is considering an anticipated GSA schedule purchase of a Programmable DC Current Source 35-Volt Module (11E-127B-PH). The Programmable DC Current Source Power Module should be high performance and programmable, providing optimal speed and accuracy. Must provide voltage and current output up to 35 VDC and 8.2 A. Must be equipped with controlled ramp-up and ramp-down of the lamp current, ability to set lamp current and voltage and maintain output current accuracy of ± 0.5% or better. The module must be capable of providing simultaneous digital readout of lamp current and voltage. The Current Source will be used as a standard instrument for accurately operating 250-watts tungsten filament lamp standards. The DC Power Module should also be equipped with excellent line/load regulation, low noise, remote sense, over voltage and over current protection, reverse polarity protection and output enable/disable. The DC Power Module must be fully compatible with mainframe described in 11E-127A-PH. The total estimated quantity is 27 units. AFMETCAL is considering an anticipated GSA schedule purchase of a Programmable DC Current Source 60-Volt Module (11E-127C-PH). The Programmable DC Current Source Power Module should be high performance, programmable, and auto ranging, capable of producing current output up to 10 A. Must be equipped with controlled ramp-up and ramp-down of the lamp current, ability to set lamp current and voltage and maintain output current accuracy of +/- 0.5% or better. The module must be capable of providing simultaneous digital readout of lamp current and voltage. The Current Source will be used as a standard instrument for accurately operating 250-watts tungsten filament lamp standards. The DC Power Module should also be equipped with excellent line/load regulation, low noise, remote sense, over voltage and over current protection, reverse polarity protection and output enable/disable. The DC Power Module must be fully compatible with mainframe described in 11E-127A-PH. The total estimated quantity is 9. Surplus or used material is not acceptable for this item. Offerors responding to this sources sought market research notice must: (1) state whether they are a small or large business, and indicate if the company is a small disadvantaged or woman-owned business, veteran owned, 8(a) firm, or a historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) small business (2) advise if your product is a commercial item and how long you can hold pricing if quotes are requested (3) advise if you have the item on a GSA schedule or other Government contract include front page of schedule and the page showing the part is on award (4) provide information concerning the technical capabilities of the product you are interested in offering, including commercial literature/brochures and warranty. Describe any awards you have been involved in that are the same as or similar to what is described in this RFI. Include any other pertinent information which would enable the government to assess your firm's capabilities (5) advise if you accept the Government purchase card (6) Provide Point of Contact include phone number and email address (7) provide assigned Commercial and Government Entity (CAGE) Code (8) Advise how much time you would need to submit a technical proposal if a solicitation is issued (9) provide an estimated price for one each, an estimated price for the total quantity and provide any price quantity discounts based on the total estimated quantity (10) include how many units you could deliver every 30 days. Submit all responses to the listed point of contact or to MLK@afmetcal.af.mil. If an email response is not possible, submit by FAX to 740-788-5157 or mail to 813 Irving-wick Dr W., Building 2, Heath OH 43056-1199. Reference 11E-127A-PH or 11E-127B-PH or 11E-127C-PH in all correspondence. Responses are due by 12 April 2010. Point of Contact - Allen Kurella, Contract Specialist, Phone 740-788-5052 Email: allen.kurella@afmetcal.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/11E-127A-PH/listing.html)
- Record
- SN02105719-W 20100331/100329235303-bd63d9a3834969651bec43dae8db9eb1 (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 |