SOLICITATION NOTICE
61 -- 15 KW DC POWER SUPPLIES
- Notice Date
- 7/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM05122110Q
- Response Due
- 8/1/2005
- Archive Date
- 7/20/2006
- 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 Model: Lambda ESS 10-1400-2-D AC Input: 480 VAC 3-P 5-W (50/60 Hz) Output voltage: 0-10 VDC Output Current: 1400 A Output Regulation: 0.1% Stability: 0.05% Efficiency: 85% or better at full load Transient Response: 0.65 milliseconds for a 30% load change Operating Temperature: 0 to 50 deg C for full load output. Manual Control: Current and voltage control on front panel Modes: Constant Voltage/Constant Current operation with automatic crossover and mode indictor LED Displays: Front Panel Digital Meters Remote Monitoring: 0 - 5VDC signal for current and voltage Remote Control: 0 - 5VDC signal for current and voltage Protection Features: Adjustable Over-voltage Over-temperature Low Line Voltage/ Phase Loss Noise RMS ripple: 100 (mV) peak - peak Mounting: 19 inch rack mount 19? W x 8.75? H x 22? D Weight: approximately 100 lbs DC Connection: Power supplies shall be suitable for operation when connected in both series and parallel configuration. Fault Indicators: Front Panel LED indicators. Quantity of 2. Brand name only. The provisions and clauses in the RFQ are those in effect through FAC 2005-04, Effective on July 08, 2005. 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 335999 and 500 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 MSFC, Bldg 4471, MSFC AL 35812-0001 is required within 4-6 weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 1, 2005 to MSFC, PS-41 / James S. Casper, Bldg 4203, MSFC AL 35812 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items 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 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), 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, 52.232-34, 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 (e-mail or fax) to James S. Casper, james.s.casper@nasa.gov, (256) 544-6062 not later than July 27, 2005. Telephone questions will not be accepted. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. 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=D&pin=62 . 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=62#116628)
- Record
- SN00851350-W 20050722/050720212718 (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 |