Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2008 FBO #2393
SOLICITATION NOTICE

66 -- MULTICHANNEL SWITCHED PLASMA POWER SUPPLY

Notice Date
6/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08254943Q
 
Response Due
6/30/2008
 
Archive Date
6/13/2009
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone 216-433-2764, Fax 216-433-2480
 
E-Mail Address
Timothy.M.Bober@nasa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for a commercial item 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 a Multi-ChannelSwitched Plasma Power Supply.Background:The NASA Glenn Research Center (GRC) has requirements for a high frequency switchedelectrical power supplies and controller. The equipment will be used in noise controlresearch funded by the Supersonics Project of the Fundamental Aeronautics Program inNASAs Aeronautics Directorate. Fundamental research into methods of flow control havedeveloped an actuator which uses several small, rapidly pulsed electrical discharges toprovide local perturbation of a jet shear layer to control the turbulence in the jet. Thepurpose of the equipment being procured is to drive a much larger number of these plasmadischarges in a precisely prescribed manner to reduce the noise of the jet and at a scalemuch larger than has been attempted previously. The power supplies will be attached toelectrodes arranged around the lip of a jet nozzle and be precisely controlled to providean array of plasma arcs which will be controlled in different spatial and temporalpatterns to modify the jet flow and noise. The power supplies shall drive 64 plasma arcsof variable duration and frequency between electrodes roughly 3mm apart in atmosphericconditions. The electrical output of the 64 power supply channels shall be individuallycontrolled for voltage, burst frequency, duration (duty cycle), and phase from thecontroller. During the output portion of the output cycle, the output voltage shall bemodulated at radio frequencies (RF), and typically requires a period of peak voltage toinitiate the plasma arc, followed by a quasi-steady-state lower voltage period tomaintain the arc. Diagrams of an example expected signal output are given for reference(see attachment).Specifications:Specifications of the pulse burst repetition rate, RF frequencies, initiation andquasi-steady-state voltages, overall power outputs, and other details shall be thefollowing:1.64 independently controlled channels2.Each channel can be controlled for voltage, burst frequency, duration and phase.3.Output voltage is RF;4.RF conversion frequency: 1-2 MHz;5.Output voltage: 10-20 kV (breakdown mode), 500-1000 V (quasi-steady-state mode);6.Output power during the burst: 100-150 W / channel;7.Pulse burst repetition rate: 0.1-50 kHz;8.Duty cycle: 5-25% with minimum pulse duration of 3 s or less over the frequencyrange;9.Minimum efficiency (power coupled to load / input power): 70%;10.Power input form: 208 VAC;11.Control system to remotely control signal parameters and initiate and stopoutput;12.External high voltage transformers may be placed near actuator electrodes, cablelength between main unit and transformers at least 10 ft;13.System is enclosed and all enclosures are grounded.14.No power is stored when system is deactivated.The Contractor shall provide relevant past performance information which shall includepurchase order numbers of previous orders for the requested or similar power supplies.The Contractor shall provide one day of on site training Delivery:Delivery of the Multichannel Switched Plasma Power Supply shall be six (6) months afterreceipt of order.**NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THEGOVERNMENT TO EVALUATE WHETHER OR NOT THE ITEMS MEET THE ABOVE SPECIFICATIONS** The provisions and clauses in the RFQ are those in effect through FAC 05-25.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 332999 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to the NASA Glenn Research Center is required within six (6) months ARO. Delivery shall be FOB Destination.The DPAS rating for this procurement is D0-C9.Offers for the items(s) described above are due by Monday June 30, 2008 by 4:30 p.m.Eastern Standard Time (EST)and may be faxed, e-mailed or mailed to NASA Glenn ResearchCenter Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop 500-305 Cleveland Ohio 44130and must include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), Government and Corporate Entity (CAGE) code, Representationsand Certifications, identification of any special commercial terms, and be signed by anauthorized company representative. Offerors are encouraged to use the Standard Form1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offers may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. A copy of a published price list, catalog price or computer page printout showing theprice for Items listed in the above specifications may also be included if desired.(Note, the Contracting Officer may request this information if only 1 source provides anoffer). FEDERAL ACQUISITION REGULATIONS APPLICABLE:Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required to Implement Statutes orExecutive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small BusinessConcerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicatein its offer) (15 U.S.C. 657a).[ __ (4) Reserved] _X_ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C.644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C.644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2)and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2007) (15 U.S.C. 637(d)(4).__ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-8, Liquidated DamagesSubcontracting Plan (Jan 1999) (15 U.S.C637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small DisadvantagedBusiness Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive theadjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantagedStatus and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation ProgramIncentiveSubcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small BusinessSet-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15U.S.C. 632(a)(2)). _X_ (16) 52.223-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2007)(E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29U.S.C. 793). _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues orFees (Dec 2004) (E.O. 13201). __ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content forEPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.225-1, Buy American ActSupplies (June 2003) (41 U.S.C. 10a-10d). __(27)(i) 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act (Aug 2007)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78,108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (28) 52.225-5, Trade Agreements (Aug 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note). _X_ (29) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury). __ (30) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Aug 2006) (42 U.S.C.5150). __ (31) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Aug2006) (42 U.S.C. 5150 ). __ (32) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (33) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C 255(f), 10 U.S.C. 2307(f)). __ (34) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration(Oct 2003) (31 U.S.C. 3332). _X_ (35) 52.232-34, Payment by Electronic Funds TransferOther than Central ContractorRegistration (May 1999) (31 U.S.C. 3332 ). __ (36) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (37) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). _X_ (38)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb2006) (46 U.S.C. Appx. 1241(b)and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicableto commercial services, that the Contracting Officer has indicated as being incorporatedin this contract by reference to implement provisions of law or Executive ordersapplicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, etseq.). __ (2) 52. 222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract ActPrice Adjustment(Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, etseq.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract ActPrice Adjustment(Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) (31 U.S.C. 5112(p)(1)).__ (6) 47.5 (Ocean Transportation by U.S. Flag Vessels)__ (7) 52.247-21, Contractor Liability for Personal Injury and/or Property Damage__ (8) 52.247-22, Contractor Liability for Loss and of and/or Damage to Freight otherthan Household Goods__ (9) 1852.223-73 Safety and Health Plan.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.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.htmThe 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 Timothy M.Bober not later than Friday June 20, 2008. Telephone questions WILL NOT be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror,with acceptable past performance. Technical acceptability will be determined by reviewof information submitted by the offeror which must provide a description in sufficientdetail to show that the product offered meets the Government's requirement.Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eb64af4e3690c5e0c34ac55f55c418e8&tab=core&_cview=1)
 
Record
SN01593114-W 20080615/080613215756-10602027b0d68a0a3f24926254a087bf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.