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 -- PRESSURE TRANSDUCERS

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10355379
 
Response Due
9/2/2010
 
Archive Date
8/18/2011
 
Point of Contact
Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
 
E-Mail Address
Nancy M. Shumaker
(Nancy.M.Shumaker@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 12-25 each PressureTransducers in accordance with the following specifications:PRESSURE TRANSDUCER SPECIFICATIONS Static Pressure Transducero Pressure range: 0-35 psiao Maximum over pressure without losing calibration: 2X pressure ratingo Burst pressure: 6X pressure rating, minimumo Must withstand vacuum (<10-4 torr) without need for recalibrationo Continuous operational temperature range: -54C to +80Co Must be compatible with helium, dry air, argon, and N2 Accuracy in Continuous Operation Rangeo Bias Error: 0.14% Full Scale Best Fit Straight Line, Combined nonlinearity andhysteresis errors through the Root-Sum-Squared methodo Precision Error: 0.01% Full Scale Best Fit Straight Line, Combined sensitivity andrepeatability errors. Combined by the Root-Sum-Squared methodo Zero Offset and Span Setting: 0.25% Full Scale across full operational temperaturerangeo Thermal Effects- 0.003% Full Scale per degree Co Drift- The pressure transducers shall not drift pass 0.1% of the known zero offset for 6months or when cycled across the full continuous operational temperature range. Calibrationo Calibration independent of test gas typeo For each unit, manufacturer to provide actual data (not extrapolations or curve fits)obtained during calibration (i.e., pressure vs. voltage) across full operationaltemperature range showing that the unit meets bias error, precision error, thermaleffects, zero offset and span setting specifications using calibrated NIST traceableequipment. Pressure Transducers must be Compatible with Existing Hardware including PhysicalDimensionso Working fluid-side of transducer must be hermetico Fluid-side Connector: VCR maleo Physical dimensions: cylindrical, no greater than 1.0 inch in diameter, no greaterthan 5.0 inches in length Pressure Transducers must be Compatible with Existing Electrical Connections andVoltageso Electrical Connector: 4-pin bayonet plug, size 8, to Mil Spec C26482o Electrical input isolated from outputo Pinout: A: + VE output B: VE output C: VE supply D: + VE supplyo Electrical output: 0 to 5 vdco Excitation: 24 vdc o Transducer, connectors, and wiring must be shielded ANY AND ALL EXCEPTIONS MUST BE STATED All items will be acceptance tested at the NASA Glenn Research Center. Prospective bidders shall provide documentation clearly showing the Companys abilityto manufacture the requested pressure transducers. In addition, please provideappropriate references (e.g. customer points-of-contact) to support the Companys abilityto manufacture the requested pressure transducers. Quantity: Provide price/unit.Provide price for 12 units.Provide price for 25 units. Shipping: FOB Destination Delivery: Quantity 12 in 8 weeks or less and the balance within 12 weeks afterreceipt of order (ARO). Partial deliveries are acceptable and must be clearly statedwith corresponding quantities and timeframes. Delivery Site: NASA Glenn Research CenterAttn: Shipping & Receiving Building 2121000 Brookpark RoadCleveland, Ohio 44135The provisions and clauses in the RFQ are those in effect through FAC 2005-44 & 43B.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334519/500respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Offers for the items described above are due by COB 09/02/10 to NASA/Glenn ResearchCenter, Attn: Nancy Shumaker (MS: 60-1), 21000 Brookpark Road, Cleveland, Ohio 44135-3127and must include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. 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 products offered are other than domestic end products as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-36, 52.225-1, 52.225-13, 52.232.33.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing (e-mail or fax) to NancyShumaker not later than 09/01/10. 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. Other critical requirements such as past performance data,delivery, etc shall also be considered. It is critical that offerors provide adequatedetail to allow 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10355379/listing.html)
 
Record
SN02245969-W 20100820/100819000132-93a32b3b98a236703e211ead86cc20f6 (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.