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 onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for a Moog Modular 8Channel Servo Amplifier System. The equipment being purchased is a direct replacementfor existing servo based control systems in use in the 10 x 10 Supersonic Wind Tunnel. 3 ea. MOOG NF127-101A1 19" RACK24 ea MOOG G122-202A001 SERVO AMPLIFIER3 ea. MOOG E128-210-002 120 VAC POWER SUPPLY6 ea. MOOG NF123-201A1 BLANK CARD1.0 Servo Amplifier System Specifications:1.1 Modular 8 channel servo amplifier system. Each servo amp channel, power supplyand signal conditioner shall be an individual card in a standard 19 inch wide instrumentchassis to allow easy troubleshooting and replacement. Each servo amp channel shall be aninverting differential amplifier having proportional, integral, and derivative control,an adjustable dither function, a ramp generator, and adjustable zero offset and inputsensitivity.1.2 Power Supply specs:1.2.1 Input power: 120VAC/60Hz. 1.2.2 Output power: +/- 15VDC(25mA or greater each)1.3 Amplifier specs:1.3.1 Provide user-selectable voltage (+/- 10VDC max) or current (+/- 100 mA max)output.1.3.2 Output linearity: +/- 3% or less of full scale. 1.3.3 Proportional gain: 5 to 200 mA/V or greater1.3.4 Input Voltage Range:+/- 10VDC1.3.5 Dither amplitude: 0 to 40% or greater of valve drive1.3.6 Dither frequency: 25 to 250 Hz or greater1.3.7 Operating temperature range 50 to 110 deg F.1.3.8 Frequency response: -3 dB at frequency > 800Hz into 1 Henry inductive load1.3.9 Zero offset adjustment: +/- 750 mV or greater1.3.10 Ramp Rate: 0.5 V/S to 20 V/S or greater.1.3.11 The front panel shall have controls to set the Proportional gain, Integral gain,Derivative gain, Input sensitivity, Zero Offset, Dither Level and Dither Frequency.1.3.12 The front panel shall have test points for the command and feedback signals. 1.4 Signal Conditioner Card specs:14.1 This shall be a blank card with connections to the signals (+/- 15 VDC, command and feedback signals etc.) on the chassis bus to allow for external signal conditioningThe provisions and clauses in the RFQ are those in effect through FAC _2005_- 44_ 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 423840 and100 employees respectively. The offeror shall state in their offer their size status forthis 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 44135. Offers for the items(s) described above are due by close of business on August 31, 2010 to Ingrid Pace (
[email protected]), 21000 Brookpark Road, Mail Stop 60-0, Cleveland,OH 44135, fax (216) 433-5489 and must include, solicitation number, FOB destination tothis Center, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged 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 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable.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) Ingrid Pace(
[email protected]) fax (216) 433-5489 not later than COB on August 27, 2010. 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 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf . These representations andcertifications 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 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 willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
Bid Protests Not Available