Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOLICITATION NOTICE

66 -- ELECTROCHEMICAL IMPEDENCE MEASUREMENT SYSTEM

Notice Date
4/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03-C34-002
 
Archive Date
4/11/2004
 
Point of Contact
Nancy M. Shumaker, Purchasing Agent, Phone (216) 433-2133, Fax (216) 433-2480, Email Nancy.M.Shumaker@grc.nasa.gov
 
E-Mail Address
Email your questions to Nancy M. Shumaker
(Nancy.M.Shumaker@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations for an Electrochemical Impedence Measurement System with the following specifications: 1.) The electrochemical measurement system must be able to make impedance and DC polarization measurements on electrochemical cells and cell stacks. 2.) The system shall include a potentiostat/galvanostat instrument and a frequency response analyzer (FRA) instrument. 3.) The system shall use Windowstm based control software to automate the operation of these instruments in a stand alone and combined mode operation. 4.) The system shall include a manufacturer?s warranty of two years for both the impedance system and electrochemical interface. 5.) The system shall include all computer interface cards and cables necessary to run the equipment. 6.) The frequency response analyzer shall meet the following specifications: a. A current amplitude range of 0 to 60 mA b. A voltage amplitude range of 5 mV to 3 V c. A measurement accuracy of 0.1%, 0.1 degrees in impedance mode (over the range of 5 ohms to 100 kohms). d. An impedance range of <10 mohms to >100 Mohms e. A frequency range of 10 ?Hz to 32 MHz f. A frequency accuracy of ?10ppm g. Be able to perform automatic sweeps of frequency, amplitude or bias (liniear or logarithmic) in both impedance and gain/phase modes. h. Have the ability to cancel out residual impedance of test leads and a normalize feature that will offset all future measurements against a test fixture and cabling frequency response. 7.) The potentiostat/galvanostat instrument shall meet the following specifications: a. It shall be able to make measurements of electrochemical cells in 2, 3, or 4-terminal mode. b. It shall be able to handle both floating and grounded connections c. It shall be able to apply a polarization voltage up to ?14V and a polarization current up to 2A. d.It shall be able to operate at a frequency range from 10 ?Hz to 32 MHz. e. It shall be able to make true analog and digital DC sweeps in both potentiostatic and galvanostatic modes. f. It shall contain two digital voltmeters that allow simultaneous voltage and current measurements. Best Value Considerations In addition to the above specifications, best value consideration should be given to instruments that address the following considerations: 1.) True Windowstm control software with minimal keystrokes operations is preferred to software that runs as a DOS window. 2.) Instruments with frequency response analyzers are intrinsically faster and are preferred to those that use lock-in amplifiers. The provisions and clauses in the RFQ are those in effect through FAC 01-13 This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334515 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items described above are due by COB 4-17-03 to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 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. If the end products offered are other than domestic end products 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 (Feb 2002), 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 All contractual and technical questions must be in writing (e-mail or fax) to Nancy Shumaker no later than 4-17-03. 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: FACTORS such as Delivery, Maintenance, etc. shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#105184)
 
Record
SN00302065-W 20030413/030411213905 (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.