Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2006 FBO #1844
SOLICITATION NOTICE

59 -- 2 EA. PRESSURE WAVE GENERATORS

Notice Date
12/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
4200182298
 
Response Due
12/19/2006
 
Archive Date
12/12/2007
 
Small Business Set-Aside
Total Small Business
 
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 Proposal (RFP) for two ea. Pressure Wave Generators I. BACKGROUND: NASA is interested in procuring a pair of commercially available pressure wave generators (PWGs) to be configured into a multi-kW Stirling linear alternator test rig. One of the PWGs will be used as the pressure wave source to drive the second PWG which will contain the Stirling linear alternator(s). The rig will be used for conducting research on candidate linear alternator designs and power management and distribution systems. The PWGs must be based on an existing design that has been demonstrated in hardware. This procurement will not fund technology development. II. MINIMUM REQUIREMENTS: Pressure Wave Generators (quantity 2) 1) The electric power requirements shall be 10 kWe for the driven PWG and 10kW for the linear alternator PWG. 2) The PWGs must be based on an existing design that has been demonstrated in hardware (i.e. this procurement will not fund technology development). 3) The PWGs must be of an oil-free, flexure-suspended, and dynamically balanced design using a twin-opposed arrangement of commercial (performance-proven) resonant linear reciprocating motor/alternators. The motor/alternator rating should be approximately 5 kWe. 4) The linear motor/alternators shall be of a design that could potentially be used in a free-piston Stirling engine. 5) The PWGs should be instrumented to provide feedback signals of piston positions and dynamic pressures. 6) The linear motor/alternators of the PWGs should be self-centering and capable of being easily tuned for resonant operation up to 100 Hz. The resonant frequency should be able to be adjusted by changing the operating condition (i.e. mean pressure) of the PWG. 7) The working fluid of the PWGs shall be helium. Testing: 1) The PWGs shall be plumbed together in a mult-kW linear alternator test rig configuration and tested for form/fit/functionality prior to delivery to GRC. Documentation: 1) An operator?s manual that contains detailed instructions on how to safely operate the PWGs, and a list of safe operating conditions. 2) ASME pressure certification. The provisions and clauses in the RFP are those in effect through FAC 05-13. 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 335312 and 1000 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 Bldg. 21, Attn: Steve Geng is required within 168 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 December 19, 2006, 4:30 PM.to NASA Glenn Research Center, Attn: Gary Golinski 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), 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 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: 52.219-6, Notice of Total Small Business Set Aside, 52.222-26, Equal Opportunity, 52.225-1, Buy American Act, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. 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 Gary Golinski not later than December 15, 2006. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. 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 requirement. 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#123028)
 
Record
SN01195254-W 20061214/061212220933 (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.