SOLICITATION NOTICE
66 -- MINIATURE HIGH TEMPERATURE PRESSURE TRANSDUCERS
- Notice Date
- 11/20/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC15533038
- Response Due
- 12/4/2014
- Archive Date
- 11/20/2015
- Point of Contact
- Valerie D Daniel, Purchasing Agent, Phone 216-433-2327, Fax 216-433-8560, Email valerie.d.daniel@nasa.gov - Joan V Haug, Purchasing Agent, Phone 216-433-3503, Fax 216-433-2480, Email joan.v.haug@nasa.gov
- E-Mail Address
-
Valerie D Daniel
(valerie.d.daniel@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 (100 EA) Kulite Model XCE-062-25A Miniature High Temperature Pressure Transducer in 25-psi absolute range. The make and model must be Kulite. This will allow them to be interchangeable with units already in use at the Center. Specifications also include: 1.1Input: 1.1.1Pressure range: 25 PSIA 1.1.2Over pressure: greater than or equal to 2 times rated pressure 1.1.3Burst pressure: greater than or equal to 3 times rated pressure 1.1.4Pressure media: Liquids or gas, nonconductive and non-corrosive 1.1.5Electrical excitation: 10-12VDC/VAC 1.1.6Input impedance: greater than or equal to 1000 ohms 1.2Output: 1.2.1Output impedance: 1000 ohms (nominal) 1.2.2Output signal (full scale): 100 mv (nominal) @ 10V excitation 1.2.3Accuracy (combined non-linearity, hysteresis, and repeatability): greater than or equal to 0.5% of full scale 1.2.4Natural frequency of sensor without screen: greater than or equal to 200KHz 1.3Environmental: 1.3.1Operating temperature range: -50 deg F to 450 deg F 1.3.2Compensated temperature range: 80 deg F to 450 deg F 1.3.3Thermal zero shift: 1% FS/100 deg F (typical) 1.3.4Thermal sensitivity shift: 1%/100 deg F (typical) 1.4Physical: 1.4.1Temperature compensation: Must be internal to transducer. 1.4.2Size: 0.066 diameter nominal x 0.5 long to fit into existing probes. 1.4.3Cable: 4 teflon 36 AWG leads, 36 long, color coded. The provisions and clauses in the RFQ are those in effect through FAC 2005-77. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 336413 and 1,000 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 NASA Glenn Research Center is required by December 26, 2014. Delivery shall be FOB Destination. Offers for the items(s) described above are due by December 04, 2014, 4:30PM EST to NASA Glenn Research Center, 21000 Brookpark Rd., Cleveland OH 44135 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 shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, 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 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Valerie Daniel no later than December 1, 2014. 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: such as Delivery shall also be considered. 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 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC15533038/listing.html)
- Record
- SN03578457-W 20141122/141120235051-68078ece6e9cf54a171f50e5c41e7bbd (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 |