Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

66 -- HIGH SPEED DIGITAL PRESSURE CONTROLLER

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM05125188Q
 
Response Due
8/29/2005
 
Archive Date
8/11/2006
 
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 High Speed Digital Pressure Controller. Turnkey high speed digital pressure controller, GE Sensing - Ruska model 7250xi with variable focus lens assembly, barometric sensor for absolute as well as gauge and differential pressure modes of operation - Brand name or equal. Specifications: Pressure Range - 0 to 500 psig; Precision - 0.005% of reading from 5% to 100% of FS and 0.005% of 5% of FS below 5% of FS; Stability - 0.0075% of reading per year; Control Stability - 0.001% of FS; Negative Gauge Precision - 0.002% of 5% of FS or 0.00075psi, whichever is greater; Barometric Reference Precision - 0.002 psi maximum error per year; Calibration - Traceable to NIST; Total Uncertainty, including precision, stability, temperature effects and the calibration standard - 1 year ? 0.009% of reading from 5% to 100% of FS; Computer Interface - RS-232 and/or RS-485; Operating Temperature - 18 to 36 oC; Pressure Medium - Nitrogen or clean dry air; Warm Up Time - 2-3 hours, may be left on indefinitely; Display Resolution - User selectable to 1:1,000,000; Head Pressure - automatic correction for head pressure differences; Auto-vent and auto-zero - unit must be able to vent the test port to atmosphere or automatically zero itself; Pressure Units - User selectable and must, at a minimum, psi, bar, pascal and 2 user definable units; Step up/down - Unit must allow user to step the pressure set-point up or down by a user-defined step value. The user must be able to perform the step with a jog dial or a single keystroke; Onboard Programs - The unit must be able to store at least 20 user-defined programs/profiles with up to 1000 steps for frequently used or lengthy test scenarios; Sweep Test - The unit must be able to sweep the pressure from a start value to a stop value and repeat the cycle multiple times. The start and stop value and number of cycles must be user-selectable; Front Panel Display - TFT, VGA, Active matrix, 6.4 inch 640 x 480 resolution, 65,000 colors or better; Operation - All operations must be available through the front panel and the computer interface. Note: All uncertainties are 2?. Quantity = 1. Deliver is FOB Destination, 7-9 weeks after receipt of order. The provisions and clauses in the RFQ are those in effect through FAC 05-2005. 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 334513, 500 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 MSFC, Bldg 4471, MSFC, AL 35812 is required within 49 days 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 29, 2005 to MSFC, PS41-K. Craig, Bldg 4203, Rm 3134, 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. 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 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.225-1, 52.222-37, 52.225-1, and 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 Kellie Craig not later than August 17, 2005. Telephone questions will not be accepted. Selection and award will be made 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". Prospective offerors shall notify this office of their intent to submit an offer. 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#117089)
 
Record
SN00868675-W 20050813/050811212952 (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.