Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

66 -- BATTERY TESTING SYSTEMS

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06166288Q
 
Response Due
8/9/2006
 
Archive Date
8/1/2007
 
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 Request for Quotation (RFQ) for two automated battery cycling test stand systems needed to support testing of Lithium-ion (Li-ion) cells. Item No. 1: Battery Test System (Qty: 1) shall meet the following specifications: 1) Base hardware and software contained within cabinets that with support self calibration and testing (charge/discharge) of electrochemical cells and batteries. 2) Each test system shall contain 40 primary voltage and current channels, 0-5VDC for cell level testing. 3)Battery testing software that provides unattended continuous cycling capability along with data collection and archiving in support of electrochemical cell testing. 4) Computer Hardware with a minimum of 3.2G-512 MB, 80G hard- drive. CD/DVD/RW, with a user friendly graphical interface. 5) Auxiliary voltage channels 56 total with high common mode. 6) Temperature channels 56 total, low common mode, K-type. 7) The vendor shall provide as a requirement in the quote a minimum discharge pulse response capability of 400ms, and minimum data capture response of 500ms. 8) The test system shall include measures to address safety issues that may be encountered while testing cells and batteries. At a minimum, these shall include protection against: Controlling computer malfunction or lock-up. Voltage out-of-specified safe range. Temperatures out-of specified safe range. Currents out-of specified safe range. 9) Vendor shall provide all the necessary, cables and connectors for testing at the maximum system current. 10)Vendor shall provide at least 2 user manuals for the system 11) The vendor shall provide quotes for the various systems listed below in the options portion of this document and meeting the above requirements. Options: a) Each channel will be configured with 3 current ranges: 200A, 20A, 1A, for maximum channel power of 1000 watts. Support of a 270VDC battery. b) Each channel will be configured with 3 current ranges: 600A, 60A, 1A, for maximum channel power of 1500 watts. Support of a 56VDC battery. c) Each channel will be configured with 3 current ranges: 450A, 50A, 1A, for maximum channel power of 1250 watts. Support of a 120VDC battery. Item No. 2: Battery Test System (Qty: 1) shall meet the following specifications: 1) Base hardware and software that will support self calibration and testing (charge/discharge) of electrochemical cells and batteries. 2) The test system shall contain 24 primary voltage and current channels. Each primary channel shall have a range of 0-5VDC to support Li-ion cell-level testing. In addition, each primary channel shall be configured with 3 current ranges: 50A, 10A, and 1A, for a maximum channel power of 250 watts. 3)Battery testing software that provides unattended continuous cycling capability along with data collection and archiving in support of electrochemical cell testing. 4) Computer Hardware with a minimum of 3.2G-512 MB, 80G hard-drive. CD/DVD/RW, with a user friendly graphical interface. 5) Auxiliary voltage channels: 32 total, with low common mode. 6) Temperature channels: 24 total, with low common mode, K-type. 7) The vendor shall provide as a requirement in the quote a minimum discharge pulse response capability of 400ms, and minimum data capture response of 500ms. 8) The test system shall include measures to address safety issues that may be encountered while testing cells and batteries. At a minimum, these shall include protection against: Controlling computer malfunction or lock-up. Voltage out-of-specified safe range. Temperatures out-of specified safe range. Currents out-of specified safe range. 9) Vendor shall provide all the necessary cables and connectors for testing at the maximum system current. 10)Vendor shall provide at least 2 user manuals for the system The provisions and clauses in the RFQ are those in effect through FAC 05-11. The NAICS Code and the small business size standard for this procurement are 334515 and 500 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 GRC is required within 16 weeks ARO for both items No. 1 and No. 2. Delivery shall be FOB Destination. Vendor shall include shipping costs (if any) within the price of the corresponding system. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by Wednesday, August 9, 2006 at 4:30 p.m. EST and may be mailed to NASA Glenn Research Center; 21000 Brookpark Road, Attn: Nikki Brown, M.S. 500-306; 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. A copy of a published price list, catalog price or computer page printout showing the price for the item may also be included. (Note: the Contracting Officer may request this information if only 1 source provides a quotation). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation.(Ensure that the "track changes" feature is turned off when word processing this form) Fill in Block 17a including Cage code and DUNS codes. Faxed offers are not acceptable. Note: offers may be submitted via email to Nikki.D.Brown@nasa.gov however they must be complete and include all necessary signatures Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.209-6 , Protecting the Government?s interests when subcontracting with contractors debarred, suspended, or proposed debarment 52.247-34 F.O.B. Destination 52.203-6, Restrictions on Subcontractor Sales to the Government 52.222-3, Convict Labor 52.222-19, Child Labor ?Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.225-1, Buy American Act- -Supplies 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade 52.225-15, Sanctioned European Union Country End Products 52.225-16, Sanctioned European Union Country Services 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration GROUPING FOR AGGREGATE AWARD (NASA 18-52.214-71) (MAR 1989) (a) The Government will evaluate offers and make award on a basis of the aggregate offers for items: Item 1.) Battery Test System Item 2.) Battery Test System (b) the Government will reject as nonresponsive a bid that is not made on all of the items specified in paragraph (a). (End of Provision) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Nikki D. Brown not later than 3 days after solicitation issue date. 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. The following Best Value Criteria shall also be considered: 1) Delivery time of less than 16 weeks after receipt of order. 2) The government is familiar with equipment, maintenance schedule and test operating software. 3) Past experience and vendor?s performance. The vendor must show past delivery of test equipment of this type to a government agency or industry. 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.(If you use Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) state that in quotation). 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#121483)
 
Record
SN01103555-W 20060803/060801221720 (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  © 1994-2020, Loren Data Corp.