SOLICITATION NOTICE
A -- WIDEBAND POWER ANALYZER SYSTEM FOR THE MEASUREMENT OF THE VOLTAGE AND CURRENTOF ELECTRICAL SYSTEMS
- Notice Date
- 4/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC15547912Q
- Response Due
- 5/7/2015
- Archive Date
- 4/27/2016
- Point of Contact
- Syreeta J. Stewart, Contract Specialist, Phone 216-433-8673, Fax 216-433-8560, Email Syreeta.J.Stewart@nasa.gov
- E-Mail Address
-
Syreeta J. Stewart
(Syreeta.J.Stewart@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information 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)] for a wideband power analyzer system for the measurement of the voltage and current of electrical systems. The primary measurements wil be on DC power systems and variable frequency AC electrical motor systems. The analyzer shall meet or exceed the following specifications:Frequency range: DC;1 Hz to 2.0 MHz; the analyzer sampling rate shall not be less than 2Ms/s; the analyzer shall log data at 2ms intervals; the analyzer shall have a minimum of 50Mb of internal storage; voltage and current accuracies shall be 0.20% of reading and 0.1% of range up to 1kHz; voltage input ranges: 5Vpk-2,000Vpk; direct current input range: 0.5Arms-30Arms; external current sensor capability: the analyzer shall be capable of accepting external, voltage output current sensors; the analyzer shall include 6 external, wideband current sensors with a range up to 100Arms with a frequency range of DC-500 kHz and 0.1% accuracy; the analyzer shall include 6 voltage lead sets for voltage measurements up to 2,000Vpk; the analyzer shall include a Local Area Network (LAN) interface; the analyzer shall include a USB communications port and accept a USB memory stick; the analyzer shall accept 120Vac/60Hz input power; the analyzer shall include calibration records valid for one year. The provisions and clauses in the FAC _2005_-_81/04-10-2015_. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Rd, Cleveland, OH 44135 is required within 60 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 5:00 p.m., COB, May 8, 2015. Syreeta Stewart, at Syreeta.J.Stewart@nasa.gov, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail to Syreeta.J.Stewart@nasa.gov, not later than 5:00 p.m., May 5, 2015. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery, Maintenance. 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 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC15547912Q/listing.html)
- Record
- SN03711896-W 20150429/150427234958-edc491a8871969f35373e65ae49a87bd (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 |