Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

66 -- HIGH POWER DC POWER SUPPLY FOR RESEARCH FACILITY

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFO3-209070
 
Response Due
8/27/2002
 
Archive Date
8/14/2003
 
Point of Contact
Gloria J. Rhyner, Contract Specialist, Phone (216) 433-2794, Fax (216) 433-5489, Email Gloria.J.Rhyner@grc.nasa.gov
 
E-Mail Address
Gloria J. Rhyner
(Gloria.J.Rhyner@grc.nasa.gov)
 
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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a Request for Offer (RFO) for Item 1: one (1) high power DC Power Supply System, Item 2: two (2) sets of documentation, and Item 3: Standard Warranty for Item 1. The Contractor shall furnish the above items in accordance with the following specifications. Electrical Requirements: 1. Output Rating: Shall be 0-150 VDC, 0-6000 amps, 100% rated load current continuous at 40 degrees C ambient temperature. Output shall be able to accommodate the test values specified in Table 1. Maximum power output is not expected to exceed 150 kW as indicated by Table 1. The use of multiple units arranged in parallel to achieve a higher current output shall not be considered. Typical research hardware load is a metal resistive tube that is heated to investigate various fuel thermal stabilities and physics. The following table lists expected voltage and current test settings, based on various materials and fuels. Multiple voltage taps to achieve the test matrix may be required. If multiple taps are used, a means of selecting the desired tap either manually or remotely shall be provided without the user having to reconfigure wiring or remove access panels. Table 1 Output DC Voltage/ Output DC Current 2.9 volts/ 1881 amperes 3.2 volts/ 1969 amperes 6.4 volts/ 2512 amperes 7.2 volts/ 2609 amperes 8 volts/ 177 amperes 27.3 volts/ 201 amperes 30.5 volts/ 211 amperes 42.4 volts/ 389 amperes 49.6 volts/ 389 amperes 25 volts(low resistivity test)/ 6000 amperes 100 volts(high resistivity test)/1500 amperes 2. Output Regulation: The combined effect of +/- 10% line variations and 100% load variations shall be less than +/-1% in the voltage and +/-1% in the current regulating mode. The unit shall transfer smoothly and automatically between voltage and current regulation. 3. Transient Response: The unit shall be equipped with a soft-start and ramping capability. 4. Ripple: Output ripple Root Means Square (RMS) shall be less than 5% of rated output in the voltage regulated mode and 5% in the current regulated mode for any output voltage or current. 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, with programmable ramp rate capabilities. Remote programming functions shall be electrically isolated and shall be by externally supplied analog voltages. Remote voltage sensing capability is also required. The power supply shall have the ability to be remotely shutdown and reset if an over-voltage or over-current condition occurs. The ability to remotely switch polarity of the power supply shall be provided. This function shall be used only during zero current conditions; hot switching of the load polarity shall not be done. The front panel controls for manual control shall include stop/start, voltage and current set-point adjustments, and contain indicators for power on and fault conditions. 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 Load Protection: 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. The input AC breaker shall be capable of being remotely tripped via the user. An adjustable over-voltage and over-current set-point ability shall be incorporated to protect the load in case of supply or programming failure. Thermal overload protective devices shall be built into the design. 8. Operation: The unit shall be operated, tested, and functionally checked prior to shipment to NASA. Physical Requirements: 9. 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 also required. 10. Cooling: The unit shall be designed with the appropriate cooling methods for a device of this rating and operate without de-rating over the range of 10-40 degrees C (50-104 degrees F) ambient. Water cooling shall be the preferred method over air cooling since the planned location is not designed with room air conditioning. Unit shall be capable of accepting city water inlet temperatures as low as 50 degrees F without adverse effects. 11. Transportability: The unit(s) shall be able to be moved easily by forklift without incurring any damage to the unit or causing safety hazards. If the power supply must be shipped disassembled, detailed assembly instructions shall be provided to NASA. Documentation: 12. Two (2) operation and maintenance manuals shall be supplied by the vendor. A description of the manufacturer's warranty and any other terms relevant to the system offered shall be included. The provisions and clauses in the RFQ are those in effect through FAC 01-07. 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 335311 and 500 employees, 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 Glenn Research Center is desired within twelve (12) weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due August 27, 2002 by 4:30 p.m. EDST, and may be mailed or faxed to Gloria J. Rhyner, Mail Stop 500-306, 21000 Brookpark Road, Cleveland, OH 44135, FAX (216) 433-5489. Offers shall include the 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. Offerors must provide adequate information to permit the Government to review the offer against the evaluation criteria set forth in this solicitation. Quoters shall provide the information required by FAR 52.212-1 Instructions to Offerors--Commercial Items and the following: If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.212-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than August 21, 2002. Selection and award will be in accordance with following: Award will be based upon the overall best value to the Government among those offers that meet the specifications set forth above. Consideration will be given to the factors of value added technical features; delivery schedule; total price; and past performance. For selection purposes among offers that meet the minimum specifications, price; value added technical features and delivery schedule; and past performance factors are of equal weight. To permit evaluation of offers, offerors must provide clear pricing information for all required items and also address the following: 1. To permit evaluation of the technical features of the proposed equipment, offers must provide data that establishes that the technical specifications set forth above are met and also specifically addresses the following: a.)Estimated approximate size of all the enclosures. b.)Estimated approximate weight of the combined enclosures. c.)Rectifier and semiconductor section and protection schemes. d.)Transformer section and protection schemes. e.)Manual and remote controls. f.)AC input section and protection scheme. g.)DC output bus or other connections for general user interface information on load hook-ups. h.)Liquid cooling system type and general user interfaces required. i.)Ripple filter section, if applicable. j.)Manufacturer's recommended transport practices at the user's facility. k.)Offers must specify any additional heat load that is generated and dissipated into the ambient atmosphere and not handled by the liquid cooling system. Keeping the total external ambient dissipation to the absolute minimum is a best value consideration for the Government. l.)Offers should also include data on any other design features that provide practical user benefits which offer potential benefit to the Government. These design features are best value considerations. 2.Offers must provide a delivery schedule. The Government desired delivery schedule is 12 weeks after award of order. The ability to deliver within this period is a best value consideration as it would accommodate facility modifications currently underway. 3.Offers must include past performance information in the form of information regarding identical or similar systems provided to other NASA Centers or for use in similiar research environments. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/GRC/OPDC20220/RFO3-209070/listing.html)
 
Record
SN00141200-F 20020816/020814221828 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.