Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

66 -- STRAIN GAUGE LOAD CELL

Notice Date
5/26/2010
 
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
NNC10339784Q
 
Response Due
6/14/2010
 
Archive Date
5/26/2011
 
Point of Contact
Garnette A Dutton, Buyer, Phone 216-433-2828, Fax 216-433-2480, Email Garnette.A.Dutton@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Garnette A Dutton
(Garnette.A.Dutton@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 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).NASA Glenn ResearchCenter has a need to acquire four (4) Strain Gauge Load Cells per the attachedspecifications:NASA Glenn Research Center Altitude Combustion Stand Thrust Stand Load CellSpecificationsRevised 4/22/2010General Characteristics 1.Strain gauge load cells shall be used to measure rocket engine thrust parameters. The load cells shall be capable of being installed into and interface with the existingOrmond thrust stand model MCT-83-192-1K without additional modifications. See thephysical characteristics section at the end of this document.2.The number and ranges required are as follows: quantity (3) 0 100lb. andquantity (1) 0 500 lb. The mounting configuration in the thrust stand uses three loadcells to measure the engine thrust while the fourth cell is used as a calibration checkand verification.3.Construction shall be all welded stainless steel. Load cell electronics shall behermetically sealed from the external operating environment.4.Load cells shall be able to measure in both the tension and compressiondirections.5.The load cell shall withstand 150% overload with no performance degradation and amaximum zero and/or sensitivity shift of.1% full scale output. The load cell shallwithstand an overload of twice the rated capacity without encountering mechanicalfailure.6.The following minimum information shall be engraved on the body of the load cell:company name, model number, range, sensitivity in millivolts/volt, and serial number.Electrical Characteristics7.Output shall be 3 mv/v sensitivity nominal.8.Dual output bridges are acceptable but not required.9.Nominal excitation shall be at 10 vdc.10.All strain gauges shall be 350 ohms resistance nominal.11.Accuracy shall be +/-.15% or better full scale.12.Non-repeatability shall be +/-.05% or better full scale.13.Non-linearity shall be +/-.10% or better full scale.14.Hysteresis shall be +/-.10% or better full scale.15.The temperature effect on the output shall be +/-.002% full scale per degreeFahrenheit.16.The temperature effect on the zero shall be +/-.002% full scale per degree F.17.Compensated temperature range of the load cell shall be -20o F to 200o F.18.Insulation resistance (bridge to case) shall be 5000 meg-ohms or greater measuredat 50 vdc.19.The electrical connector shall provide pin connections to the bridge for remoteshunt calibration functions. This is defined as the shunt resistance connected remotelythat will simulate full scale load output of the transducer.20.Electrical connector shall be of the hermetically sealed type PTIH-12-10P orequal. The transducer does not require the mating connector.Connector wiringassignment for the load cell shall be per the attached drawing.21.The load cell shall be factory calibrated at 21 points; at zero load applied,then 10 up and 10 down in 10% increments at 70o F and supplied with a calibrationcertificate displaying these values traceable to NIST.Calibration in both the tensionand compression modes is required.Physical Characteristics22.The strain gauge load cells shall interface with the existing Ormond thrust standmodel MCT-83-192-1K without major changes or modifications to the existing testconfiguration.In addition, the new load cells may be used along with the existingmeasurement load cells. The environment that these load cells can be exposed to includesoperation in a vacuum chamber approaching vacuum levels of approximately 0 psia. Thecharacteristics and specifications of the load cells as stated in this requirementsdocument shall also apply at this vacuum level. Therefore, the following physicalcharacteristics shall be required of the new load cells:a.The measurement load cell is mounted between existing aluminum plates of thethrust stand. The effective width of the load cell to fit between these aluminum platesso as not to require excessive modification shall be 3 +/-. b.Each side of the load cell that interfaces to the aluminum plates of the thruststand includes a tapped -28 thread hole centered within the 2 diameter load cellcontact surface. This tapped hole is used for attaching NASA-provided 3 diameter, thickness stainless steel disks. These disks are then bolted to the thrust stand plates.The provisions and clauses in the RFQ are those in effect through FAC _2005_-30. 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 FAC05-30 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 will be to NASA Glenn Research Center, 21000 Brookpark Rd., Cleveland OH 44135.Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:30 p.m. on June 14, 2010 to 21000Brookpark Rd, Cleveland OH 44135 and must include, solicitation number, FOB destinationto this Center, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems 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 (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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. 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 GarnetteDutton not later than June 3, 2010. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications 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 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 offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10339784Q/listing.html)
 
Record
SN02161527-W 20100528/100526235744-dfb52bbea9142c097e92e359ddf94074 (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.