Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

16 -- RECOVERY : TRANSFORMER RECTIFIER UNIT FOR GLOBAL HAWK

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND10356906Q
 
Response Due
9/15/2010
 
Archive Date
9/1/2011
 
Point of Contact
Rosalia Toberman, Contracting Officer, Phone 661-276-3931, Fax 661-276-2904, Email rosalia.toberman-1@nasa.gov - Rochelle Butler, Contracting Officer, Phone 661-276-2072, Fax 661-276-2904, Email rochelle.butler@nasa.gov
 
E-Mail Address
Rosalia Toberman
(rosalia.toberman-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY-NASA/DFRC has a requirement for two (2) 3-phase 400Hz 115VAC to 28VDCTransformer Rectifier Unit (TRU). Exact specifications are provided in the Statement ofWork--linked above or may be accessed athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=.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, NND10356906Q, which is issued as a Request for Quotation (RFQ); quotes arebeing requested and a written solicitation will not be issued.Offerors are required touse the On-Line RFQ system to submit their quote. The On-line RFQ system is linked aboveor it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The information required by FAR Subpart 12.6 is included in the on-line RFQ.This announcement is subject to 100% Small Business Set-Aside. The North AmericanIndustry Classification System (NAICS) code for this acquisition is 335311 Power,Distribution, and Specialty Transformer Manufacturing.Size standard is 750 employees. The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.NASA-DFRC intends to purchase a quantity of two (2) 3-phase 400Hz 115VAC to 28VDCTransformer Rectifier Unit (TRU) that meets the following specifications: Shall have a nominal Output voltage: 28VDC Shall have a nominal max. current: 240 A Shall be capable of 100% current overload for 2 minutes. Shall have passive circuits that suppress normal and abnormal overvoltages on the 28volt DC output to a maximum of 40 volts (i.e. clamped) at full rated load. Shall have a nominal ripple voltage shall be 0.4 volts peak-peak Shall exhibit maximum ripple voltage of 0.5-0.7 volts pk-pk maximum. Shall contains a low impedance bypass circuit that allows the output voltage toremain high during the transient response of a surge current Shall be certified for flight to a pressure altitude of 50,000 ft. Shall be certified for operating environment temperatures from -75F to +120F Shall not exceed in size prescribed as 12 x 7 x 7 (to mount in available space)This purchase order is wholly funded under the American Recovery and Reinvestment Act(ARRA) of 2009 and as such is subject to all requirements imposed by the legislation. These requirements are mandatory and are subject to monitoring and auditing by theGovernment throughout the purchase order performance period. Oral communications are notaccepted in response to this notice. American Recovery and Reinvestment Act Requirements: THIS PROCUREMENT IS SUBJECT TO THEAMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) of 2009 REQUIREMENTS. The expenditure ofAmerican Recovery and Reinvestment Act (ARRA) funds requires that the project have alevel of accountability, visibility and transparency that instills confidence in theAmerican public that the funds are being expended efficiently and with the intent of theAct. To that end, the Federal Acquisition Regulations have been amended with languagespecific to the expenditure these funds. Specifically the following FAR Clauses shallapply to this acquisition: 52.203-15 Whistleblower Protections Under American Recoveryand Reinvestment Act of 2009, 52.204-11 American Recovery and Reinvestment Act ReportingRequirements, 52.215-2 Audit and Records Negotiation, and 52.212-5 Contract Terms andConditions. Special attention should be given to the reporting requirements of the ARRA,pursuant to the clause at Federal Acquisition Regulation (FAR) 52.204-11, AmericanRecovery and Reinvestment ActReporting Requirements (MAR 2009), and the need to proposecosts separately associated with those requirements.In addition, the following special invoicing instructions are provided: Special Invoicing Instructions for Contracts Containing Recovery Act Funds In addition to the requirements set forth in any payment and invoicing clauses containedwithin the contract, the following special requirements apply to those contracts withwork authorized under the American Recovery and Reinvestment Act (ARRA) of 2009 (hereinafter referred to as the Recovery Act). - All requests for payment for work performedsubject to the Recovery Act shall be submitted separately from requests for payment forany other work performed under the contract. - All requests for payment for work oncontracts, funded in whole or in part, with Recovery Act funds, shall identify theapplicable Contract Line Item Number(s) (CLINs) associated with the supplies or servicesbeing invoiced. - All invoices/vouchers shall be submitted via e-mail with no more thanone invoice/voucher per e-mail submission. Invoices shall be submitted toNSSC-AccountsPayable@nasa.gov. - The NASA Shared Services Center is the DesignatedBilling Office for Recovery Act invoices, except for cost type contracts where DCAA isdesignated as the billing office for verification of vouchers. (COs should tailor thelanguage in this bullet to identify the appropriate DBO for the specific Recovery Actrequirement.) These requirements are mandatory and are subject to monitoring and auditing by theGovernment throughout the contract performance period. Respondents must acknowledge thecapability and willingness to meet the Federal Acquisition Requirements associated withARRA-funded contracts. In addition to the ARRA specific clauses, the following FAR Clauses and Provisions applyto this acquisition: Provision 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutesor Executive Orders - Commercial Items. Specifically the following clauses cited areapplicable to this solicitation: FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965.; FAR52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; FARClause 52.204-7, Central Contractor Registration (CCR); Addenda to FAR 52.212-4 are asfollows: NFS 1852.223-72, NFS 1852.215-84, 1852.237-73,and NFS 1852.225-70.Registrationis required in the CCR database in order to receive a Government contract. (Note: On-lineRepresentations and Certifications Application (ORCA) has been implemented in FAR Clause52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update theirrepresentations and certifications on-line. ORCA is part of the Business Partner Network(BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA ApplicationHandbook and an ORCA Quick Reference Guide.) Selection and award will be made to the lowest priced, technically acceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description/information in sufficient detail to show thatthe products/services offered meet the Government's requirements described in theattached Statement of Work. The TRUs must meet NASA-DFRC Procurement QualityRequirements, also attached.Questions regarding this acquisition must be submitted in writing torochelle.butler@nasa.gov no later than 10:00 am Pacific Time on September 9, 2010. It isthe offerors responsibility to monitor this site for the release of amendments, if any.Potential offerors will be responsible for downloading their own copy of this notice, theon-line RFQ and amendments, if any. The deadline to submit offers is 10:00 am Pacific Time on September 15, 2010. Allresponsible sources may submit an offer which shall be considered by the agency. OFFERORSARE REQUIRED TO USE THE ONLINE RFQ SYSTEM TO SUBMIT THEIR PROPOSAL. The On-line RFQsystem is linked above or it may be accessed athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The information required byFAR Subpart 12.6 is included in the on-line RFQ. Oral communications are not acceptable in response to this notice. An ombudsman has been appointed - See NASA Specific Note 'B'. Any referenced notes may be viewed at the following URLs link below. The FAR may beobtained via the Internet atURL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND10356906Q/listing.html)
 
Record
SN02264565-W 20100903/100902000026-814d65a9ef2a09761e405432f7a89a71 (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.