Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2004 FBO #0786
SOLICITATION NOTICE

66 -- AC/DC POWER SYSTEM

Notice Date
1/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
04-C3M-005
 
Response Due
1/27/2004
 
Archive Date
1/20/2005
 
Point of Contact
Kelly J Boos, Contracting Specialist, Phone (216) 433-6125, Fax (216) 433-2480, Email Kelly.J.Boos-1@nasa.gov
 
E-Mail Address
Email your questions to Kelly J Boos
(Kelly.J.Boos-1@nasa.gov)
 
Description
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(RFQ)for ITEM 1: 1 each AC/DC Power System. POWER SUPPLY ?A single, integrated unit installed in a mobile 19? cabinet rack. Completely wired, front panel controls, rear incoming and outgoing terminal blocks plus a main circuit beaker. Forced air cooling. Containing Parts 1 and 2. Part 1 ?Three phase AC / DC power supplies that function as a 3 Phase AC supply, as one single phase AC supply or as a DC supply. ?Input: 400-480 (+/-10%) VAC, line to line, 3 Phase, 36 Amp. o 3 Phase main circuit breaker. o 75% Efficiency, 0.6 Power Factor ?AC supply; 15 KVA selectable 3 phase or 1 phase common neutral. Output; 0-150/0-300 Volts Line to neutral, selectable 3 Phase or 1 Phase. o High crest factor (5:1) for driving nonlinear loads shall be included. o Frequency range 16.00 to 500 Hz o Frequency resolution 0.01 Hz < 81.91 Hz and 0.1 Hz > 82.00 Hz. o Load Power Factor 0 to unity at full VA. o Load regulation less than 0.5% DC to 100 Hz ?0.6% 100 Hz to 500 Hz in low range. ?2.2% 100 Hz to 500 Hz in high range o Output noise <250 mVr(ms) typical, <500 mV(rms) Maximum. o Harmonic Distortion less than 1% from 16 to 66 Hz and less than 2% at 400 Hz. o Isolation voltage 300 V(rms), output to chassis. ?DC supply; 10. KW selectable + or ? output 0-300 Volts, 0-78 Amps. o Load regulation less than 0.5% DC to 100 Hz ?0.6% 100 Hz to 500 Hz in low range. ?2.2% 100 Hz to 500 Hz in high range. o Output noise <250 mV(rms) typical, <500 mV(rms) Maximum (20 KHz to 1 MHz) ?Programming Accuracy: o RMS Voltage +/- 0.5% of range, 16 to 400 Hz. o Frequency +/-0.01% of programmed value. o Current limits -0% to +7% of programmed value. ?Programming Resolution: o RMS Voltage 100 mV. o Frequency 0.01 Hz from 16 to 81.91 Hz and 0.1 Hz from 82.0 to 500.0 Hz. o Current limits 1.0 Amp. ?Arbitrary Waveform Generator. Programmable oscillator. Shall be integrated with the system. o Sine, Square, Clipped Sine. o 200 user defined waveforms. ?AC and DC Transient generator for complex sequences of voltage, frequency and wave-shapes. o Drop, step, sag, surge and sweep o Parameters; Voltage, Frequency, Time or Cycles, Slew Rate, Waveform Shape and Phase angle o Maximum slew rate 200 micro-seconds for 10% to 90% of full scale. ?Harmonic Analyzer for detailed amplitude and phase information up to 50 harmonics of the fundamental voltage and current for either one or three phases ?Programmable output impedance. ?Harmonic distortion less then 2% ?Programmable AC and DC Digital Power Analyzer, frequency and time domain for both voltage and current on all phases. Shall be integral to the system. ?Windows application software with GUI (Graphic User Interface) supporting following functions shall be provided: o Steady state output control (all parameters) o Create, run, save, reload and print transient programs. o Define custom waveforms by specifying their. o Generate and save arbitrary wave forms. o Download data from a digital storage oscilloscope. o Measure and log standard measurements, Frequency, RMS Voltage, RMS Current, Peak Current, Crest Factor, Real Power, Apparent Power, Power Factor, DC Voltage, DC Current Power. o Harmonic Analysis. o Waveform Acquisition in real time. o Capture and display output voltage and current waveforms. o Display IEE-488 and RS-232 bus traffic to monitor remote control commends. ?Drivers for integration with National Instruments LabView program shall be provided ?IEEE 488 and RS232 interface for remote programming and control. ?California Instruments Model C15003IX-MODE-400-XXXX or equal. Part 2 ?DC POWER SUPPLY. o Input; 480 VAC 3 phase 72 amp. ?3 Phase main circuit breaker ?Power Factor: 0.65 ?Efficiency 85% o Output: 30 KW, 0-400 Volts, 0-75 Amps. ?Voltage: ?0.3% accuracy of full scale. ?0.033% resolution at full scale ?0.1% line regulation of voltage range. ?0.1% load regulation of voltage range. ?Current ?0.5% accuracy at full scale ?0.033% resolution at full scale ?0.1% line regulation of current range. ?0.1% load regulation of current range. ?Time driven output changes to be programmable. ?Steps ?Sweeps ?Drops ?Surges of voltage and/or currents. o Output noise 10 mV (rms) typical. o Measurements: ?Voltage measurement resolution 0.1V. ?Voltage measurement accuracy 0.5V. ?Current measurement range 0-600 Amp. ?Power measurement range 0-30 KW. o Output data to be exportable to MS Excel o IEEE 488(GPIB) interface for remote control. o RS232, 19200 baud, interface for remote control. o 15 Pin D-sub remote programming connector. o Windows application software with GUI (Graphic User Interface) shall be provided. ?ARGANTIX (2 units combined to function as one) DC supply model XDS-400-37-400-IF or equal. The provisions and clauses in the RFQ are those in effect through FAC 01-19. 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 335311 and 750 employees respectively. 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 NASA Glenn Research Center, 21000 Brookpark Road, Building 21, Cleveland, OH 44135 is required no later than April 6, 2004. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by January 27, 2004 by 4:00 PM EST to Glenn Research Center, ATTN: Kelly Boos MS 500-306, 21000 Brookpark Rd, Cleveland, OH 44135 and MUST INCLUDE solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), Cage code, quantity, unit price, extended price, identification of any special commercial terms, and be signed by an authorized company representative. Missing information delays award and may disqualify company from consideration. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2004), 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, 52.222-36, 52.222-37, 52.225-13, 52.232-29, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ 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 to Kelly Boos FAX 216-433-2480 or e-mail kelly.j.boos-1@nasa.gov not later than January 26, 2004. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, past performance and delivery. Delivery must be made no later than April 6, 2004. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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". 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=C&pin=22 . 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
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#108589)
 
Record
SN00506941-W 20040122/040120212438 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.