Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2006 FBO #1776
SOLICITATION NOTICE

66 -- SEEBECK COEFFICIENT AND ELECTRICAL CONDUCTIVITY SYSTEM

Notice Date
10/5/2006
 
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
4200178103
 
Response Due
10/23/2006
 
Archive Date
10/5/2007
 
Small Business Set-Aside
N/A
 
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 a Seebeck Coefficient and Electrical Conductivity System per the following specifications: The system shall measure the Seebeck coefficient and electrical conductivity of thermoelectric materials concurrently. The system shall measure Seebeck coefficient and electrical conductivity from the cryogenic temperature ( ─70 ?C) to 1000 ?C. Measured Seebeck coefficient and electrical resistivity of a constantan rod at 50, 300, 600, 900 ℃ in helium environment shall be ?10% of the literature values. The system shall be able to measure Seebeck coefficient and electrical conductivity with a minimum specimen size of 2 mm in square cross section (or circular) and 13 mm in length; maximum size of 4 mm in square cross section (or 4 mm in circular diameter) and 20 mm in length. The system shall measure Seebeck coefficient and electrical conductivity in air inert gas environment, nitrogen gas environment and vacuum. Chamber to be able to handle 0 to 0.2 MPa gas pressure. The system shall have at least oil rotary pump with pumping speed exceeding 20 L/min. The system shall be able to achieve a pressure of 1 Pa (10-2 Torr) or better without load. The probe for the measurement of Seebeck coefficient and electrical conductivity shall function at all temperature regimes of interest under all environmental conditions. The detection of dc current through specimen shall be done with probes that have resolution 10 nV/200 mV or better. All heating and cooling shall be controlled using PID controller via personal computer using GP IB card and RS 232 interface. The system shall have data acquisition and analysis that shall measure the temperature at two different spatial locations, shall calculate the average temperature, and shall measure measure the electrical resistance. The data analysis shall display Seebeck coefficient and electrical resistivity in a plot against temperature. The software and associated data analysis shall be able to incorporate the independently measured thermal conductivity data and shall be able to calculate the thermoelectric ?Figure of Merit? as a function of temperature. Power requirements 220 Vac, 12 kVA, single phase Installation The provisions and clauses in the RFQ are those in effect through FAC 05-12. 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 to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 3:00 PM EST to NASA/Glenn Research Center, Attn: Carol J. Cobbs, MS 500-306, 21000 Brookpark Road, Cleveland, OH 44135, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), CAGE Code, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. 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. 203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15. 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 Carol J. Cobbs not later than October 16, 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. 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". 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#122491)
 
Record
SN01162304-W 20061007/061005220954 (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.