Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2012 FBO #3917
SOLICITATION NOTICE

41 -- ENVIRONMENTAL TEST CHAMBER

Notice Date
8/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12441179
 
Response Due
8/22/2012
 
Archive Date
8/13/2013
 
Point of Contact
David S Eccleston, Contract Specialist, Phone 216-433-2422, Fax 215-433-5489, Email David.S.Eccleston@nasa.gov
 
E-Mail Address
David S Eccleston
(David.S.Eccleston@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/GRC has a requirement for two identical environmental test chambers for housing lithium-ion batteries/cells during electrical testing. Requirements for Environmental Test Chamber The desired systems shall provide the following features and capabilities. 1.Stainless steel internal construction 2.Temperature control from -40C to 120C 3.Temperature fluctuation at steady state (after stabilization) shall be no greater than plus or minus 0.7C 4.Built-in gaseous nitrogen purging capability 5.Minimum internal chamber volume of 10 cubic feet 6.Exterior height less than or equal to 83 inches (including casters). 7.Self-contained refrigeration system 8.At least one opening of at least 3 inches (minus 0.2 inch) in diameter and no greater than 4 inches (plus 0.2 inch) in diameter for instrumentation feed-through in a side wall. 9.At least one adjustable stainless steel shelf with a weight limit of at least 25 pounds (minus 0.2 pounds) 10.Weight limit of chamber of at least 125 pounds (minus 2.5 pounds) 11.Failsafe backup of main controller to provide a redundant temperature limiting system (limit controller). Shall be adjustable over temperature range of chamber. Shall have an alarm feature (can be visual) to indicate to the operator when an out-of-tolerance temperature has been reached. 12.RS-232 serial communications interface 13.110/120 volts or 208 volts single-phase AC operation Vendors shall specify the following: oTemperature range oTemperature control tolerance oLive load capacity at different temperatures oHeating/cooling change rate (from room temperature, at a minimum) oElectrical requirements of chamber (current, voltage, number of phases) oInterior and exterior dimensions oManufacturer and model number of main temperature controller oWeight limit of shelf and total weight limit of chamber Best Value Criteria 1.Capability of main temperature controller to interface with government-owned Arbin Instruments BT2000 battery test hardware. Known compatible controller types include: Watlow Series F4 Controller, Sigma Systems Model C4 Temperature Controller, Thermotron 2800, 3800 and 7800 Programmer Controllers, Delta Design controllers, Espec SCP-220 controller. Other controller types should include descriptive literature to verify compatibility with Arbin Instruments BT2000 hardware. 2.Delivery time 3.Price 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offers for the requirement described above are due by 4:00PM EST on August 22, 2012 to NASA Glenn Research Center, Mail Stop 60-1, 21000 Brookpark Road, Cleveland, OH 44135, Attn: David Eccleston. Offers must include solicitation number, FOB destination to this Center, proposed delivery schedule, discounted/payment terms, travel, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Electronic offers may be submitted to David.S.Eccleston@nasa.gov as well. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than Monday, August 20, 2012 by 4:30 PM EST. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). Provision and clauses in the RFQ are those in effect through FAC 05-01. The NAICS Code and the business size standard for this procurement are 333994 and 500 employees respectively. The offeror shall state in their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), 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 ActSupplies, the offeror shall so state and shall list the country of origin. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions- Commercial Items is applicable. FAR 52.212-5 (JAN 2011), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-28, 52.219-7,52.222-3,52.222-19,52.222-21,52.222-26,52.222-36,52.223-18,52.225-1,52.225-13,52.232-33. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Kirk Seablom. He can be reached via email at Kirk.D.Seablom@nasa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12441179/listing.html)
 
Record
SN02837274-W 20120815/120814000439-c47928681b30272002b8253356554231 (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.