Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

30 -- HIGH POWER DC POWER SUPPLY SOL RFQ122086 DUE 040999 POC Alice J. Wilson, Contract Specialist, Phone (216) 433-2552, Fax (216) 433-5489, Email Alice.J.Wilson @grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GRC/date.html#RFQ122086. E-MAIL: Alice J. Wilson, Alice.J.Wilson @grc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). 1. Output Rating: Shall be 0-2000 VDC, 0-100 amps 2. Output Regulation: The combined effect of +/-10% line variations and 100% load variations shall be less than +/-0.25% in the voltage and +/-0.5% in the current reglating mode, except in the region below 10% of rating. The unit shall transfer smoothly and automatically between voltage and current regulation. 3. Transient Response: The unit shall recover to within 1% of the final value within .25 seconds for load steps of 50% to 100% load and 100% to 50% load. Overshoot shall be less than 10% of rated output for the above line and load changes, andat initial turn-on. The unit shall be equipped with a soft-start capability. 4. Ripple: Output ripple Root Means Square (RMS) shall be less than 0.25% of rated output in the voltage regulated mode and 0.5% in the current regulated mode for any output voltage or current within the ratings except in the region below 10% of the output rating. 5. Remote Programmability: The unit shall have the capability to be remotely programmed, in the voltage and current regulating modes, for the following functions: on/off, output voltage setting, and output current setting. Remote programming functions shall be electrically isolated. Function programming shall be by externally supplied analog voltages. Remote voltage sensing capability is also required. The power supply shall have the ability to be remotely reset if an overvoltage or overcurrent condition occurs. 6. Input Voltage: The input voltage shall be 480 VAC +/-10%, three-phase 60 Hz. A suitable ground connection shall also be provided on the unit. 7. Supply and LoadProtection: The unit shall incorporate circuit breakers in the input AC line to protect the power circuits in case of failure, and include protection for loss of phase or phase rotation reversal. An adjsutable overvoltage crowbar shall be incorporated to protect in load in case of supply or programming failure. Physical Requirements: 8. Display: The output voltage and output current shall be displayed on the unit via analog or digital meters. The ability to remotely monitor the output voltage and current levels via isolated analog outputs voltages is required. 9. Cooling: The unit shall be air clled and operate without derating over the range of 10 degree -- 50 degree C (50 deg -- 122 deg F) ambient. 10. Load Requirements: The loads to be operated are plasma-type ion and Hall thruster engines. The specific loads shall be floating; the minimum isolation between output terminals to chassis ground shall be at leas 2500 vdc. The use of mulitple units arranged in series or parallel to achieve a higher voltage or higher current output shall not be considered. 11. Transportability: The unit(s) shall be able to be moved easily by forklift without incurring any damange to the unit or causing safety hazards. Miscellaneous: 12. Two operation and maintenance manuals shall be supplied by the contractor. The provisions and clauses in the RFQ are those in effect through FAC 97-10. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3629 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA GRC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact by the date/time specified and 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. Questions regarding this acquisition must be submitted no later than Friday, March 26, 1999. Quotations are due by Friday, April 9, 1999, 4:30 p.m. to the address specified above and to the attention of the point of contact. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 03/12/99 (D-SN308192). (0071)

Loren Data Corp. http://www.ld.com (SYN# 0237 19990316\30-0002.SOL)


30 - Mechanical Power Transmission Equipment Index Page