Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2006 FBO #1525
SOLICITATION NOTICE

66 -- ROTARY ACTUATORS

Notice Date
1/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
333995 — Fluid Power Cylinder and Actuator Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06141515Q
 
Response Due
2/3/2006
 
Archive Date
1/27/2007
 
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 the following items: Item 1: 1 ea. - Lightweight brushless permanent magnet electric motor and high-ratio planetary gearbox with space-compatible grease lubrication. Item 2: 1 ea. - Same as item 1 except solid lubricated instead of grease. Requirements: Shall be suitable for testing in a vacuum chamber under simulated lunar conditions per the following: a. Output speed: 0-40 rpm b. Output torque: 0-40 N-m c. Output Power: 30 Watts in high vacuum at 30 deg C ambient temperature d. Mass of unit mass: less than 1 kg e. Input volts: 0-28 Additional Requirements: a. Item 1 shall provide a minimum L10 life of 4.2 million output revolutions. b. Delivery of Item 1 required within 16-18 weeks ARO. c. Item 2 shall be capable of operation at temperatures below 100 Kelvin d. Delivery of Item 2 required within 24-26 weeks ARO. Vendor shall provide data giving output power and torque capacity at output speeds of 7 rpm and 35 rpm along with estimated steady-state temperature for operation in hard vacuum at 30 W power level. The unit shall be capable of continuous operation under the following mission spectrum: one hour, 7 rpm, 40N-m two hours, 35 rmp, 8 N-m twenty-one hours, 35 rpm, 3 N-m The conditions above are to be repeated for the life of the unit. The provisions and clauses in the RFQ are those in effect through FAC 05-05. 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 333995 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 to NASA Glenn Research Center, Cleveland, Ohio 44135 is required as outlined in the specifications above. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30PM local time, February 3,2006 to PLUM BROOK STATION,ATTN: Jon C. Schultz, 6100 COLUMBUS AVENUE, SANDUSKY, OHIO 44870 and must include, solicitation number, FOB GLENN RESEARCH CENTER,21000 BROOKPARK ROAD, CLEVELAND, OHIO 44135, 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/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.233-3, 52.203-6, 52.222-3, 52.222-19,52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.225-1, 52.225-3, 52.225-15, 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 or fax) to Jon C. Schultz not later 4:30 pm local time, January 31, 2006. 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 Time shall also be considered. 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, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . 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=D&pin=22 . 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=22#118786)
 
Record
SN00974772-W 20060129/060127212500 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.