Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

59 -- BRAND NAME ONLY MOOG MODULAR 8 CHANNEL SERVO AMPLIFIER SYSTEM

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10350622Q
 
Response Due
8/31/2010
 
Archive Date
8/18/2011
 
Point of Contact
Ingrid Pace, Buyer, Phone 216-433-2772, Fax 216-433-2480, Email Ingrid.Pace-1@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Ingrid Pace
(Ingrid.Pace-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; 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 Moog Modular 8Channel Servo Amplifier System. The equipment being purchased is a direct replacementfor existing servo based control systems in use in the 10 x 10 Supersonic Wind Tunnel.3 ea. MOOG NF127-101A1 19' RACK24 ea MOOG G122-202A001 SERVO AMPLIFIER3 ea. MOOG E128-210-002 120 VAC POWER SUPPLY6 ea. MOOG NF123-201A1 BLANK CARD1.0Servo Amplifier System Specifications:1.1Modular 8 channel servo amplifier system. Each servo amp channel, power supplyand signal conditioner shall be an individual card in a standard 19 inch wide instrumentchassis to allow easy troubleshooting and replacement. Each servo amp channel shall be aninverting differential amplifier having proportional, integral, and derivative control,an adjustable dither function, a ramp generator, and adjustable zero offset and inputsensitivity.1.2Power Supply specs:1.2.1Input power: 120VAC/60Hz. 1.2.2Output power: +/- 15VDC(25mA or greater each)1.3Amplifier specs:1.3.1Provide user-selectable voltage (+/- 10VDC max) or current (+/- 100 mA max)output.1.3.2Output linearity: +/- 3% or less of full scale. 1.3.3Proportional gain: 5 to 200 mA/V or greater1.3.4Input Voltage Range:+/- 10VDC1.3.5Dither amplitude: 0 to 40% or greater of valve drive1.3.6Dither frequency: 25 to 250 Hz or greater1.3.7Operating temperature range 50 to 110 deg F.1.3.8Frequency response: -3 dB at frequency > 800Hz into 1 Henry inductive load1.3.9Zero offset adjustment: +/- 750 mV or greater1.3.10Ramp Rate: 0.5 V/S to 20 V/S or greater.1.3.11The front panel shall have controls to set the Proportional gain, Integral gain,Derivative gain, Input sensitivity, Zero Offset, Dither Level and Dither Frequency.1.3.12The front panel shall have test points for the command and feedback signals. 1.4Signal Conditioner Card specs:14.1 This shall be a blank card with connections to the signals (+/- 15 VDC, command and feedback signals etc.) on the chassis bus to allow for external signal conditioningThe provisions and clauses in the RFQ are those in effect through FAC _2005_- 44_ 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 423840 and100 employees respectively. The offeror shall state in their offer their size status forthis 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. Offers for the items(s) described above are due by close of business on August 31, 2010 to Ingrid Pace (Ingrid.Pace-1@nasa.gov), 21000 Brookpark Road, Mail Stop 60-0, Cleveland,OH 44135, fax (216) 433-5489 and must include, solicitation number, FOB destination tothis Center, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference.]If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable.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) Ingrid Pace(Ingrid.Pace-1@nasa.gov) fax (216) 433-5489 not later than COB on August 27, 2010. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications 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 isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10350622Q/listing.html)
 
Record
SN02245829-W 20100820/100819000003-687a6ab38783c37045981888a28ca49f (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.