Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2006 FBO #1822
SOURCES SOUGHT

59 -- THERMOSTATIC SWITCH

Notice Date
11/20/2006
 
Notice Type
Sources Sought
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NWSRFI0001KAR
 
Response Due
12/20/2006
 
Archive Date
12/21/2006
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The U.S. Department of Commerce, National Weather Service (NWS) is conducting market research for the replacement of a thermostatic switch in its NEXRAD Weather Surveillance Radar WSR-88D. The thermostatic switch is intended to open when the high-voltage oil reservoir overheats in the WSR-88D transmitter. However, the setpoint temperature of the existing thermostatic switch is too high to protect the transmitter. Overheating has occurred, causing transmitter shutdown due to component failures, without ever reaching the setpoint of the thermostatic switch. The existing thermostatic switch is model M24236/25-HHJBA, which opens between 178 degrees F and 189 degrees F. The desired replacement switch will be form-fit-function compatible, but with the contacts opening between 123 degrees F and 134 degrees F (e.g. M24236/25-HFHBA or -HFCAA). The purpose of this RFI is to gather information from thermostatic switch manufacturers relating to the availability of compatible thermostatic switches in the commercial market. The following are the pertinent characteristics of the replacement thermostatic switch, which does not need to fully conform to MIL-PRF-24236/25C. The thermostatic switch must provide an output consisting of a switch contact opening. The contact opening temperature minimum is 123 degrees F and the maximum is 134 degrees F. The contacts must be rated at 1.5 Amperes (inductive) for 115 VAC, 60 Hz. The switch must screw into a one half inch threaded hole with 0.5-14 threads. It must have a hexagonal section on the switch body to tighten the switch with a wrench. The temperature probe section of the switch must not exceed 1.53 inches long, measured from the under surface of the hexagonal section. The probe diameter must not exceed 0.665 inches except at the threads. The leads must be AWG No. 18 wire and must be at least 11.5 inches long. The switch must withstand temperatures from negative 31 degrees F to 250 degrees F. The minimum dielectric withstanding voltage is 350 VAC at 11,000 feet ASL. The NWS will not fund the development of a new design to support this requirement. Responses to this market survey should only include products that support all stated requirements in a current commercially-available configuration, or could be made fully compliant through minor modifications. Responses to this market survey must include the device manufacturer, a product description with performance parameters, a statement regarding current availability and lead time, a statement describing any required modifications, and the estimated cost of the product including any required modifications. These cost estimates must include cost for 200 production units, and the cost to provide one test item for evaluation. This RFI does not constitute an Invitation for Bids, Request for Proposals or Request for Quotes. Responses to the RFI will not be returned. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The NWS will use the results of this RFI to estimate expected cost and identify possible sources to support this future requirement. Any contractors doing business with the Government must be registered with the Central Contractor Registry. The web site is http://www.ccr.gov/ . All information should be submitted in writing to: Kelly Rima, U.S. Dept. of Commerce/NOAA/MRAD, Acquisition Division, MC3, 325 Broadway, Boulder, CO 80305 no later than December 20, 2006. No telephone calls will be accepted or returned.
 
Place of Performance
Address: 3200 MARSHALL AVENUE, NORMAN, OK
Zip Code: 73069
Country: UNITED STATES
 
Record
SN01183976-W 20061122/061120220145 (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.