Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
SOLICITATION NOTICE

59 -- TWO TRUHEAT MF-5030 30KW RF SOLID STATE GENERATORS

Notice Date
9/28/2011
 
Notice Type
Presolicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11411249Q
 
Response Due
9/29/2011
 
Archive Date
9/28/2012
 
Point of Contact
Joan V Haug, Purchasing Agent, Phone 216-433-3503, Fax 216-433-2480, Email joan.v.haug@nasa.gov
 
E-Mail Address
Joan V Haug
(joan.v.haug@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/GRC has a requirement for the purchase of two (2) New TruHeat MF-5030 30kWWSolid State AC Generators. Description as follows:480VAC, 100 Amps Main, 5-20kHz (Turnable), Free Running Oscillator, Water Cooled, 25 PinAnalog User, 37 Pin 24Volt Digital User, RS-232, RS-485 Digital Interface. These generators will include Oscillator circuit and 5 Meter Power Cable. Configuration: 30kW, 5-15 kHz, 600V,Capacitor 4x6uF, 3 x 480VAC, 50/60Hz, 36kVA and 5M Cable, and stand alone version for table top operation. NASA/GRC intends to purchase these generators from HUTTINGER ELECTRONIC, INC., 4000Burton Dr., Santa Clara, CA 95054.Our present induction heating system is a highly integrated part of a larger system usedfor growing silicon carbide crystals by chemical vapor deposition. The system waspurchased by this vendor many years ago. The RF generator which is just one component ofthe induction heating system suffered a catastrophic failure. Due to its age some of therequired replacement parts are no longer stocked or manufactured. Exact replacement isnot possible as this particular model of generator is no longer manufactured. Thereplacement induction heating system will require two RF generators along with remotetank circuits and all cables and control interfaces. Integration of the new induction heating system with the control and safety systems willmost easily be completed by using the same manufacturer of the original induction heatingsystem as all the control and safety systems have stayed the same. Our research has shown that selection of another make of induction heating system wouldrequire NASA to be completely responsible for integration of the replacement inductionheating system with the rest of the chemical vapor deposition system. This would includedeveloping an integration strategy with all of the existing safety systems and thenimplementing that strategy. NASA would also need to develop and implement a means tointegrate the controls systems with the existing controls systems. This would make thecurrent control software unusable and NASA would be forced to devote considerableresources to design, develop, and implement it own software programs for operation of thechemical vapor deposition system. With this level modification the original manufacturer(Aixtron Inc.) of the chemical vapor deposition system would no longer provide supportfor this equipment. Overall, this would not be cost effective to the Government. The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisiiton Procedures set forth in FAR Part 13. The Sole Source is under the authority of FAR reference 13.106-1(b)1. Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon September 29, 2011 Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government.Oral communications are not acceptable in response to this notice.NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is KirkD. Seablom who can be reached via email at kirk.d.seablom@nasa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11411249Q/listing.html)
 
Record
SN02595483-W 20110930/110928235159-b64774590b716740be4648631aa2b27d (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.