Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2007 FBO #2180
SOLICITATION NOTICE

61 -- SOLID STATE POWER SUPPLY

Notice Date
11/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM08223630Q
 
Response Due
11/26/2007
 
Archive Date
11/13/2008
 
Point of Contact
Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062, Email betty.c.kilpatrick@nasa.gov - Marianne R. Campbell, Contract Specialist, Phone 256-544-6496, Fax 256-544-0236, Email marianne.campbell@msfc.nasa.gov
 
E-Mail Address
Email your questions to Betty C. Kilpatrick
(betty.c.kilpatrick@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
****Please send all questions/concerns via email to GLENDA MORGAN AT glenda.m.morgan@nasa.gov 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 for 1 each of a Solid State Power Supply with connectors or equal. Minimum requirements for Induction Power Supply is as follows *Selectable output parameters meter*Automatic load matching *Readily accepts lightweight remote load matching devices *Automatic limit and fault protection with annunciation *Solid State MOSFET design*Reliable output from 135 to 450 kHz *Built-in solid state heat timer *Tracks load resonance *RF Output Power: 12.5 kWs continous *Frequency Range: 135 to 400 kHz *RF coil Volts: 0-500 V(rms) *Water Cooling requirements @ 1gpm: 30 psi (207 kPa) minimum, 105 F (41C) *Dimensions: L 15in (381mm), W 20in 508mm), H 36in (915mm) max *customer I/O: 24 Vdc PLC compatible; 0-10 Vdc and 4-20 mA control input; build in digital heat timer *AC line Input 50/60 Hz: 195 to 264 Vac 3 Phase *AC line Power: 14.7 Kw *High Frequency Power Transfer Cables: 3 Feet minimum length This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement is 334515. 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 Marshall Space Flight Center, 35812. 6 to 8 weeks 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 4:00 p.m central standard time 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 shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, 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 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEPT 2007), 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, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-3, 52.225-13, and 52.232-33. 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 Glenda Morgan at glenda.m.morgan@nasa.gov not later than 4:00 pm. November 26, 2007. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptablility 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=62 . 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
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#127798
 
Record
SN01451355-W 20071115/071113224010 (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.