SOLICITATION NOTICE
16 -- MOBILE POWER UNIT
- Notice Date
- 9/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA08259996Q
- Response Due
- 9/12/2008
- Archive Date
- 9/5/2009
- Point of Contact
- Veronica Llamas, Contracting Officer, Phone 650-604-5626, Fax 650-604-0932, />
- E-Mail Address
-
veronica.llamas-1@nasa.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- 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; offers are being requested and a written solicitation will not be issued.NASA/ARC has a requirement for one new mobile 400 Hz frequency convertor / ground powerunit to provide a reliable source of power for H-60 Blackhawk Helicopters. An externalpower supply other than the internal auxiliary power unit must be utilized to provide aconstant uninterrupted power supply for Aeroflightdynamics Directorate operations withina hanger environment. The mobile power unit will be used primarily in maintenancesituations on aircraft to run avionics systems, as well as giving the experimenters theability to operate external equipment without powering up the aircraft.The required power unit must provide a constant source of power within the specificationsoutlined. Failure of this device to provide power could cause extensive damage toaircraft and even shut down hydraulics in certain situations. The power conversion unitshould meet the following specifications outlined below:Mobile 400Hz Solid State Frequency Convertor / Power Unit120kVA min. to 125kVA max. RatingInput 480VAC/60HzOutput 120/208 VAC/400HzInput Cable min. 50 ft. 480VAC 3 phase with plug and receptacleOutput Cable min. 50ft. 400Hz w/aircraft power plugOperation and Maintenance ManualsThe instrument should be delivered no later than February 2, 2009. The offer shouldinclude a seperately priced option for operational orientation of the solid statefrequency convertor / power unit, which should cover maintenance, daily operations, andsafety requirements.The provisions and clauses in the RFQ are those in effect through FAC 2005-26.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 335312 or500 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 NASA Ames Research Center (ARC), Recieving Section, Building 255, MoffettField, CA 94035-1000 and is required within 30 days ARO. Delivery shall be FOBDestination.Offers for the items(s) described above are due by 12:00 Pacific Time to NASA/AmesResearch Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 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 authorizedcompany 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. 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.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Rafael.A.Medina@nasa.gov toRafael Medina not later than Friday, September 12, 2008. Telephone questions will not beaccepted.Selection and award will be made to the lowest priced, technically acceptable offeror,with acceptable past performance. Technical acceptability will be determined by review ofinformation submitted by the offeror which must provide a description in sufficientdetail to show that the product offered meets the Government's requirement.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af308d39dbf1fc866c64fb458592c9e1&tab=core&_cview=1)
- Record
- SN01660645-W 20080907/080905220957-af308d39dbf1fc866c64fb458592c9e1 (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 |