SOLICITATION NOTICE
61 -- DC POWER SUPPLIES
- Notice Date
- 7/6/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11396742Q
- Response Due
- 7/20/2011
- Archive Date
- 7/6/2012
- Point of Contact
- Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, Email Antoinette.M.Niebieszczanski@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Antoinette M. Niebieszczanski
(Antoinette.M.Niebieszczanski@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 an RFQ for Two DC Power Supplies capable of 400 Vdc/75Adceach. Power supplies may be used as a system or independently.Supplies must be able tooperate independently or as a SYSTEM.Both units shall be rack mountable.Sequencing At least one Power supply must include on-board sequencing. User must beable to edit sequences from front panel, with no PC attached. Must have a minimum of 500steps available to the user/programmer. The power supplies must be capable of operating in Constant Current, Voltage, and PowerModes.Parallel Operation: Must be capable of paralleling At LEAST FIVE (5) 30 kW units, for aminimum of 150 kW total power. Paralleling shall be accomplished by external cablingonly. A cable for paralleling 2 units shall be included.Power supplies Input Voltage: 480Vac/3 PhaseIndividual Output Voltage: Plus 400Vdc MaxIndividual Output Current: 75Adc maxLoad Transient Response: Recovery within 1ms to plus or minus 0.75 percent full scale ofsteady state output for a 50 percent to 100 percent or 100 percent to 50 percent loadchange.Stability: Plus or minus 0.05 percent of set point after a 30 minute warmup and over 8hours at fixed line, load, and temperature.Slew Rate: less than 100 ms 5-95 percent of full scale with a resistive load.Interface: Ethernet and RS-232C(Sorenson SGI 400/75E-1CAB or equal) and (Sorenson SGA 400/75E-1CAB or equal)The provisions and clauses in the RFQ are those in effect through FAC _2005_- 52. 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 335999 and500 employees, respectively. The offeror shall state in their offer their size status forthis procurement. 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 44135-3191. Delivery shall be FOB Destination. Offers for the items(s) described above are due by close of business July 20, 2011, toNASA Glenn Research Center, Attn: Antoinette M. Niebieszczanski, Mail Stop 60-1, 21000Brookpark Road, Cleveland, OH 44135 and must include, solicitation number, FOBdestination to this Center, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. Offerorsare encouraged 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-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 AntoinetteM. Niebieszczanski, antoinette.m.niebieszczanski@nasa.gov or fax 216-433-5489 not laterthan close of business July 13, 2011. 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 (MAR 2011), 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/NNC11396742Q/listing.html)
- Record
- SN02491228-W 20110708/110706235439-d98f53bb9c84be2c3c994382ae2a7c3c (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 |