SOLICITATION NOTICE
16 -- DIESEL ENGINE DRIVEN GROUND POWER UNIT AC DC
- Notice Date
- 8/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC09307017Q
- Response Due
- 9/14/2009
- Archive Date
- 8/11/2010
- Point of Contact
- Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, Email Antoinette.M.Niebieszczanski@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov<br />
- E-Mail Address
-
Antoinette M. Niebieszczanski
(Antoinette.M.Niebieszczanski@nasa.gov)
- 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 only solicitation;offers are being requested and a written solicitation will not be issued. This notice is being issued as an RFQ for A Diesel Engine Driven Ground Power Unit AC/DC.Line Item 1 Trailer Mounted, Diesel Engine Driven Ground Power Unit AC/DCSpecifications: Engine:Cummins QSB4.5 diesel engine operating at 2400 RPM, Turbo charged 4-stroke, inline 4cylinder common rail fuel system, 12 VDC Battery System, Low oil pressure shutdown, High coolant temperature shutdown, Intake air restrictionindication, Electronic governor system (via the engines ECM), Semi-automatic enginepre-heater for cold weather starts, Operating Environment: Relative Humidity: 10-95%,Operating Temperature: -25F to +125F, Relative Humidity 0-100% non-condensing, Noaltitude derating up to 10,000 feet, when running in normal operating range. PerformanceRating: 60 kVA,3 phase, 4 wire, 115/200 volt Wye, continuous, Meets or exceedsMIL-STD-704F, Internal 28.5 VDC transformer-rectifier rated 600 amps continuous, 2000amps peak. Overload: 125% rated load for 5 minutes, 150% for 30 seconds. Individualoutputs: 217 amps, 5 minutes. Voltage: Transient voltage recovery time: to within +/-1% in 100 milliseconds (no load to rated load) Within +/- 20% deviation uponapplication/removal of 100% load rating Modulation: does not exceed 0.5% of steady statevoltage, Phase Voltage displacement with balanced load: 120 +/- 1.5, Phase voltagebalance (with unbalanced load) does not exceed 4% with 1/3 rated current on any singlephase with other two phases is connected. Crest factor 1.414+/- 0.07. IndividualHarmonic Distortion: &lt;2% of the fundamental (RMS) voltage Total Harmonic Distortion:&lt;3% of the fundamental (RMS) voltage. Regulation: Voltage Regulation: +/- 1% no loadto full load, Voltage Adjust: +/- 15 volts, Three phase average sensing,Line DropCompensation: Automatic up to 5%Frequency, Regulation: +/- 2Hz steady rate, Transient Recovery: to within +/- 5Hz in&lt;2seconds per ARP 5015A, Modulation: &lt;0.25% (1Hz). Protection: Meets MIL-STD-704FOver-voltage: instantaneous disconnect of load at 180 volts L-N, with inverse time delaydown to 126 volts in 2 seconds, Under-voltage: disconnects output below 104 volts L-N in7 seconds, Over-frequency: disconnects output above 420Hz in 5 seconds,Under-frequency: disconnects output below 380 Hz in 7 seconds.Finish Anti- corrosivepolyester powder, providing all weather resistance and resistance to chemicals such asskydrol and glycol. Color: Gloss white with black frame and chassis. Trailer Brakes: Towbar activated, drum type. Forklift Pockets, Output Power Cables, AC-2/0 @ 30, DC-4/0@30. Displays/Instrumentation, Engine Operation, Meters: coolant temperature, batteryvoltmeter, hour meter, oil pressure and fuel level.Indicator Lights: engine circuit on, engine stop delay action, panel lights, faultsummary (test/reset button), Fault Code Display: air cleaner restriction, high coolanttemperature, low fuel warning.Generator Output: Meters: frequency, ammeter and voltmeter,Indicator Lights: contactors on, fault summary (test/reset button), EF interlockmode, Fault Code Display: Over-frequency, Under-frequency, Over-voltage, Under-voltage.Buttons: meter select, output contactors, test/resetLine Item 2- Trailer Mounted, Diesel Engine Driven Ground Power Unit DCSpecifications: Engine: Cummins B4.5 diesel operating at 220 RPM, Turbo charged4-stroke, inline 4 cylinder, Fuel tank capacity allows 8 hoursof operation at ratedload, Low oil pressure shutdown, High coolant temperature shutdown, High speed limitingprovide full engine protection, Single, maintenance-free 875 CCA battery, OperatingEnvironment: Operating Temperature: -25F to +125F, No altitude derating up to 10,000feet, when running in normal operating range. Performance: 28.5 volts DC output, 800amps continuous rating at 28.5 VDC, 200 amps available for starting, Current limitingadjustable from 300 to 2000 amps, Line drop compensation assuring proper voltage ataircraft, 120VAC, 60Hz Generator Kit, Finish: Anti- corrosive polyester powder, providingall weather resistance and resistance to chemicals such as skydrol and glycol. Color:Gloss white with black frame and chassis, Trailer: Brakes: Hand/lever actuated, ForkliftPockets, Output Power Cables, DC-4/0 @30, Displays/Instrumentation, Engine, Tachometer,oil pressure, fuel level, coolant temperature, hour meter, battery volt meter.PowerOutput (Alternator), Volt meter, Ammeter, Engine Operation, Panel lights, engine startswitch, air cleaner restriction indicator, emergency stop button, engine idle/run switch,engine ON light, contactor close/open switch, contactor CLOSED lightThe provisions and clauses in the RFQ are those in effect through FAC _2005_-35 [FAC CANBE OBTAINED FROM http://nais.nasa.gov/far/PAGE ]. 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 336412 and1,000 employees, respectively. The offeror shall state in their offer their size statusfor this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH is requiredwithin 60 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:30 p.m. EST September 14, 2009 to21000 Brookpark Road, Mail Stop 500-302 and must include, solicitation number, FOBdestination to this Center, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. Offerorsare encouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems 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 Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference:52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE52.219-26 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION52.222-3 CONVICT LABOR52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMEDIES52.222-21 PROHIBITION OF SEGREGATED FACILITIES52.222-26 EQUAL OPPORTUNITY52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER OTHER THAN CENTRAL CONTRACTORREGISTRATION52.222-41 SERVICE CONTRACT ACT OF 1965The 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 AntoinetteM. Niebieszczanski (antoinette.m.niebieszczanski@nasa.gov or fax 216-433-2480) not laterthan August 25, 2009. Telephone questions will not be accepted. 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=22. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09307017Q/listing.html)
- Record
- SN01907778-W 20090813/090812001529-38dfcb528d3b28ab72b973f83b464903 (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 |