Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

59 -- ACTIVE ELEVON ROTOR (AER) HIGH VOLTAGE AMPLIFIERS

Notice Date
6/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFQ2-38203-MXS
 
Response Due
7/11/2003
 
Archive Date
6/26/2004
 
Point of Contact
Marianne Shelley, Purchasing Agent, Phone (650) 604-4179, Fax (650) 604-0270, Email Marianne.Shelley@nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone (650) 604-4386, Fax (650) 604-0270, Email Ronnee.R.Gonzalez@nasa.gov
 
E-Mail Address
Email your questions to Marianne Shelley
(Marianne.Shelley@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 (RFQ) for nine (9) high voltage linear amplifiers for use in the Aeromechanics Branch at Ames Research Center, to be used for the Active Elevon Rotor (AER). These amplifiers are needed to drive eight (8) elevon surfaces on the AER four (4) bladed rotor. It is critical that the items meet all of the following specification requirements: Electrical requirements: 1.) Linear amplifier; 2.) Max Voltage: +500V; 3.) Min Voltage: -500V; 4.) Max Oscillatory Voltage: 900V Peak-to-Peak (VPP); 5.) Amplifier Load: 8 micro Farad, capacitive load; 6.) Frequency response: 3dB corner frequency at 2000Hz; 7.) Output Current: Adequate current to drive an eight (8) micro Farad load and maintain the nominal oscillatory voltage (900VPP) over the nominal operating frequency range (DC to 200Hz); 8.) Power Supply voltage: 120V ? 60 Hz; 9.) Internal DC offset adjustment capability; 10.) Voltage monitoring capability; 11.) Current monitoring capability. Safety requirements: 1.) Over voltage limiting; 2.) Over current limiting; 3.) External power enable/disable capability; 4.) Soft power up cycle. Documentation requirements: 1.) Operator's manual; 2.) Maintenance / Calibration Manual; 3.) Interface Diagrams; 4.) Circuit Diagrams; 5.) Warranty provisions. After receipt at NASA Ames Research Center, each amplifier will be tested for quality and conformance to Government specification requirements. Tests to be performed include: 1.) Performing a DC to 200Hz frequency sweep on an 8 micro Farad capacitor to simulate the actuator load, and verifying that the voltage output does not attenuate over that frequency range. 2.) Performing an identical sweep on a test actuator in place of the 8 micro Farad capacitor. 3.) Verifying over voltage and over current limiting. 4.) Verifying that the power up cycle does not induce spike voltages on the actuators. Final payment will not be made until successful completion of tests. The provisions and clauses in the RFQ are those in effect through FAC 01-14. The NAICS Code and the small business size standard for this procurement are 335999 and 500. 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 to Ames Research Center is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items described above are due by 11:30 A.M. Pacific Time, July 11, 2003, and may be mailed or faxed to: NASA Ames Research Center, Acquisition Branch for Aeronautics, Moffett Field, CA 94035-1000, Attn: Marianne Shelley, Fax: 650-604-0270. Quotations 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.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, 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 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 1852.204-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health (Short Form), 52.222-3, 52.233-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, 52.232-34. 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 to Marianne.Shelley@nasa.gov or fax: 650-604-0270) not later than July 11, 2003. Telephone questions will not be accepted. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: 1) Technical acceptability, 2) Delivery, 3) Past Performance, and 4) Cost. Quoters must provide two references of previous orders for the item quoted. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's critical requirements. 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". Prospective offerors shall notify this office of their intent to submit an offer. 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=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#106344)
 
Record
SN00358151-W 20030628/030626223222 (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.