Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2007 FBO #2032
SOLICITATION NOTICE

66 -- ENVIRONMENTAL TEST CHAMBER

Notice Date
6/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07202941Q
 
Response Due
6/27/2007
 
Archive Date
6/18/2008
 
Small Business Set-Aside
N/A
 
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 three (3) each environmental test chambers for housing lithium-ion batteries during electrical testing. The desired systems shall provide the following features and capabilities: 1. Stainless steel internal construction. 2. Temperature control from -65 degrees C to 120 degrees C . 3. Temperature fluctuation at steady state (after stabilization) shall be no greater than plus or minus 0.7 degrees C . 4. Live load capacity of at least 1200 Watts at 23 degrees C . 5. Temperature change rate from 23 degrees C to - 40 degrees of less than or equal to 12 minutes. 6. Built-in gaseous nitrogen purging capability. 7. Minimum internal chamber volume of 10 cubic feet. 8. Exterior height less than or equal to 83 inches (including casters). 10. At least two openings of 3 inches to 4 inches in diameter; one opening on left side and one opening on right side for instrumentation feed-through. 11. At least one adjustable stainless steel shelf with a weight limit of at least 25 pounds . 12. Weight limit of chamber of at least 125 pounds . 13. 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. 14. RS-232 serial communications interface. 15. 110/120 volts or 208 volts AC operation. The following options shall be specified, but they shall be quoted separately from the above requirements: - Insulated and heated viewing window - Internal light Vendors shall specify the following: - Temperature range - Temperature control tolerance - Live load capacity at different temperatures - Heating/cooling change rate (from room temperature, at a minimum) - Electrical requirements of chamber (current, voltage, number of phases) - Interior and exterior dimensions - Manufacturer and model number of main temperature controller - Weight limit of shelf and total weight limit of chamber The provisions and clauses in the RFQ are those in effect through FAC 05-16. The NAICS Code and the small business size standard for this procurement are 339111 and 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 Glenn Research Center is required within 6-8 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 4:30 EST on June 27, 2007 to Jon Schultz, Glenn Research Center, PLUM BROOK STATION, 6100 Columbus Avenue, SANDUSKY, OHIO 44870 and must include, solicitation number, FOB destination to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, CLEVELAND, OHIO 44135-3191, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN),Corporate and Government Enitity (CAGE) Code and DUNS number, 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 2006), 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), 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, 52.222-36,52.222-37,52.222-39,52.225-3 ALT.II,52.225-13,52.232-33,1852.223-72. 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 (e-mail or fax) to Jon Schultz not later than 4:30 EST, June 22, 2007. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: 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 Contoller, 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. A Delivery time earlier than 6-8 weeks. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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=22 . 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=22#125210)
 
Record
SN01321823-W 20070620/070618221231 (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.