COMMERCE BUSINESS DAILY ISSUE OF APRIL 19, 2001 PSA #2833
SOLICITATIONS
66 -- INFRARED HEATER AND CONTROL SYSTEM
- Notice Date
- April 17, 2001
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- 3-175868
- Response Due
- May 1, 2001
- Point of Contact
- Nancy M. Shumaker, Purchasing Agent, Phone (216) 433-2133, Fax (216) 433-2480, Email Nancy.M.Shumaker@grc.nasa.gov
- E-Mail Address
- Nancy M. Shumaker (Nancy.M.Shumaker@grc.nasa.gov)
- 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Description: (One each) Customed Designed High Density Infrared Heater and Control System. Specifications: Infrared heater to provide 343 watts/in2 (w/25% over-range capacity for a short-term test). Heated area 16" x 14". Heater to evenly heat the 12" x 12" carbon fiber composite panels at the maximum heat-up rates of about 200 to 400:F/sec. Efficient cooling system to control cooling rate and for over-temperature protection. Lamps shall have an expected lifetime of 5000 hrs at rated voltage or ~500 hrs at 25% over voltage. Electrically safe, ceramic end seals. Lamps shall be installed and shipped with heater. Accurate and Safe Power Control System with industrial wall mount enclosure. The control cabinet will compliment and protect the heater in case of an over-temperature condition. Both local operation and remote control is provided via a selector switch. The operator panel shall include: digital load volt meter, heater on/off control switch (instant response of lamp: minimal overshoot), set-point local/remote control switch, system cooling on/off control switch with lamp indicator; and temperature cycling controller/programmer (set point profiling) with temperature sensor. Demonstration/confirmation at factory, system warranty, and compatibility for a second heater w/lamps and control required. The provisions and clauses in the RFQ are those in effect through FAC 97-22. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 339111 and 500, 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-Glenn Research Center is required within 10-12 weeks ARO. The DPAS rating for this procurement is DO-C9. Quotations for the items described above are due by close of business 5-1-01 and may be mailed or faxed to NASA-Glenn Research Center, Attn: Nancy Shumaker, 21000 Brookpark Road, Cleveland, Ohio, FAX: 216/433-2480 and include, solicitation number, 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. If the end products quoted are other than domestic end products 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/ 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 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 NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#3-175868)
- Record
- Loren Data Corp. 20010419/66SOL005.HTM (D-107 SN50J4C2)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on April 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|