|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1999 PSA#2451NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 61 -- AIRCRAFT DC/AC STATIC INVERTER POWER SYSTEM SOL 1-168-RFJ.1026
DUE 102999 POC Kimberly D. Duncan, Contracting Officer, Phone (757)
864-3566, Fax (757) 864-8863, Email k.d.duncan@larc.nasa.gov WEB: Click
here for the latest information about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-168-RFJ.1026. E-MAIL:
Kimberly D. Duncan, k.d.duncan@larc.nasa.gov. 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; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). AIRCRAFT DC/AC
STATIC INVERTER POWER SYSTEM. A modular power inverter system is
required to invert aircraft 28vdc power to 115vac/400Hz/3-phase power.
The required system will be flown on a high altitude aircraft to test
and evaluate the performance of advanced atmospheric sensing systems.
The power system shall meet the following minimum specifications:
INPUT VOLTAGE: 18-32.5 VDC, nominal. Transients per Mil-Std-704D;
OUTPUT VOLTAGE: 115VAC +/- 2%, Transients per MiL-Std-704D; OUTPUT
FREQUENCY/PHASE: 400Hz +/- 0.5%, 3-phase; TOTAL OUTPUT POWER: 7500VA;
EFFICIENCY: 80%, minimum, at full load; POWERFACTOR: 0.8 lag to 0.9
lead. System not damaged by any power factor; OVER LOAD: 110% rated
load for 2 hours and 200% short-circuit Current for 1 minute;
CONFIGURATIONS: Modular units providing minimum 2500VA each with
capability of providing up to 37.5 KVA in three phase and in phase lock
with additional units; FAA Approval: Must meet FAA TSO-C73 requirements
or higher; TEMPERATURE RANGE: Operating: -550 to +710 C ambient,
Storage: -650 to +850 The provisions and clauses in the RFQ are those
in effect through FAC 97-18. This procurement is a total small business
set-aside. See Note 1. The SIC code and the small business size
standard for this procurement are 3679 and 500 employees, respectively.
The quoter shall state in their quotation their size status for this
procurement. All qualified responsible business sources may submit a
quotation which shall be considered by the agency. Delivery to NASA
Langley Research Center is required within approximately 45 days ARO.
Delivery shall be FOB Destination. The DPAS rating for this procurement
is DO-C9. Quotations for the items(s) described above are due by 4:30
p.m., local time, October 29, 1999, faxed to Kimberly Duncan at
757-864-9775 and 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. Quoters are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to
submit a quotation. Quoters shall provide the information required by
FAR 52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. Addenda to FAR 52.212-4 are as follows: 52.211-17,
52.219-6, 1852.215-84, 1852.225-73. FAR 52.212-5 is applicable and the
following identified clauses are incorporated by reference. 52.222-3,
52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-3,
52.232-34 Questions regarding this acquisition must be submitted in
writing no later than October 25, 1999. Award will be based upon
overall best value to the Government, with consideration given to the
factors of proposed technical merits, price and past performance; other
critical requirements (i.e., delivery) if so stated in the RFQ will
also be considered. Unless otherwise stated in the solicitation, for
selection purposes, technical, price and past performance are
essentially equal in importance. It is critical that offerors provide
adequate detail to allow evaluation of their offer (see FAR
52.212-1(b). Quoters must provide copies of the provision at 52.212-3,
Offeror Representation and Certifications -- Commercial Items with
their quote. See above for where to obtain copies of the form via the
Internet. An ombudsman has been appointed -- See Internet Note "B". It
is the quoter's responsibility to monitor the following Internet site
for the release of amendments (if any):
http://procurement.nasa.gov/EPS/LaRC/class.html Potential quoters will
be responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). See Note(s) __ . Any
referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 10/06/99
(D-SN389463). (0279) Loren Data Corp. http://www.ld.com (SYN# 0235 19991008\61-0005.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|