SOURCES SOUGHT
66 -- PRESSURE TRANSDUCERS
- Notice Date
- 8/2/2010
- Notice Type
- Sources Sought
- 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
- NNC101500I
- Response Due
- 8/9/2010
- Archive Date
- 8/2/2011
- Point of Contact
- Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
- E-Mail Address
-
Nancy M. Shumaker
(Nancy.M.Shumaker@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/GRC is hereby soliciting information about potential sources for pressuretransducers in accordance with the following specifications: Static Pressure Transducer o Pressure range: 0-35 psia o Maximum over pressure without losing calibration: 2X pressure rating o Burst pressure: 6X pressure rating, minimum o Must withstand vacuum (<10-4 torr) without need for recalibration o Continuous operational temperature range: -54C to +80C o Must be compatible with helium, dry air, argon, and N2 Accuracy in Continuous Operation Range o Bias Error: 0.14% Full Scale Best Fit Straight Line, Combined nonlinearity andhysteresis errors through the Root-Sum-Squared method o Precision Error: 0.01% Full Scale Best Fit Straight Line, Combined sensitivity andrepeatability errors. Combined by the Root-Sum-Squared method o Zero Offset and Span Setting: 0.25% Full Scale across full operational temperaturerange o Thermal Effects - 0.003% Full Scale per degree Co Drift -The pressure transducers shall not drift pass 0.1% of the known zero offset for 6months or when cycled from across the full continuous operational temperature range. Calibration o Calibration independent of test gas type o For each unit, manufacturer to provide actual data (not extrapolations or curve fits)obtained during calibration (i.e., pressure vs. voltage) across full operationaltemperature range showing that the unit meets bias error, precision error, thermaleffects, zero offset and span setting specifications using calibrated NIST traceableequipment. Pressure Transducers must be Compatible with Existing Hardware including PhysicalDimensions o Working fluid-side of transducer must be hermetic o Fluid-side Connector: VCR male o Physical dimensions: cylindrical, no greater than 1.0 inch in diameter, no greaterthan 5.0 inches in length Pressure Transducers must be Compatible with Existing Electrical Connections andVoltages o Electrical Connector: 4-pin bayonet plug, size 8, to Mil Spec C26482 o Electrical input isolated from output o Pinout: A: + VE output B: VE output C: VE supply D: + VE supply o Electrical output: 0 to 5 vdc o Excitation: 24 vdc o Transducer, connectors, and wiring must be shielded ANY AND ALL EXCEPTIONS MUST BE STATED All items will be acceptance tested at the NASA Glenn Research Center. Prospective bidders shall provide documentation clearly showing the Companys abilityto manufacture the requested pressure transducers. Quantity: 50 Shipping: FOB Destination Delivery: 12 weeks or earlier after receipt of order (ARO) Delivery Site: NASA Glenn Research CenterAttn: Shipping & Receiving Building 2121000 Brookpark RoadCleveland, Ohio 44135No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Vendors having the capabilities necessary to meet or exceed the stated requirements areinvited to submit appropriate documentation, literature, brochures, and references.Responses must include the following: name and address of firm, size of business;average annual revenue for past 3 years and number of employees; ownership; whether theyare large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of yearsin business; affiliate information: parent company, joint venture partners, potentialteaming partners, prime contractor (if potential sub) or subcontractors (if potentialprime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact - address and phone number). Technical questions should be directed to: Nancy Shumaker. Procurement related questions should be directed to: Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Nancy Shumaker no later than08/04/2010]. Please reference Solicitation Number NNC101500I in any response.Anyreferenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC101500I/listing.html)
- Record
- SN02225991-W 20100804/100802235458-caf5627e220764637ce855fda67c5c55 (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 |