The RFP Database
New business relationships start here

DC Emulators + Associated Control Computer/Software


Ohio, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued.

Offers for the items(s) described are due by 2:30 p.m. EST, Wednesday, May 8, 2019 to rita.k.kizys@nasa.gov 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.


NASA Glenn Research Center has a requirement for "Three wide bandwidth, multi-purpose, 100kW bidirectional DC power supplies for high power applications that can individually meet the required specifications". Please see Specifications below for the requirements.


The Government intends to acquire commercial items using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The Government intends to execute a bi-lateral contract/purchase order with the successful offeror.


The provisions and clauses in the RFQ are those in effect through FAC2005-26, this can be found via the internet at URL: https://www.acquisition.gov/browse/index/far.


This procurement is full and open.

The NAICS Code and the small business size standard for this procurement are 336390 and 1,000 Size Standard, respectively. The offeror shall state in their offer, their size status.


All responsible sources may submit an offer which shall be considered by the agency.


Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135-3191. Delivery shall be FOB Destination.


Offerors shall provide the information required by FAR 52.212-1 (OCT 2018), 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 52.212-5 (JAN 2019), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference:


• 1852.203-71 Requirement to Inform Employees of Whistleblower Rights (Aug 2014)
• 1852.204-76 Security Requirements for Unclassified Information Technology Resources (Jan 2011)
• 1852.211-70 Packaging, Handling, and Transportation (Sep 2005)
• 1852.215-84 Ombudsman (Nov 2011)
• 1852.216-78 Firm Fixed Price (Dec 1988)
• 1852.225-70 Export Licenses (Feb 2000)
• 1852.227-89 Commercial Computer Software License (Apr 2015)
• 1852.232-77 Limitation of Funds (Fixed Price Contract) (Mar 1989)
• 1852.232-80 Submission of Vouchers/Invoices for Payment (Apr 2018)
• 1852.233-70 Protest to NASA (Dec 2015)
• 1852.237-73 Release of Sensitive Information (Jun 2005)
• 1852.245-74 Identification and Marking of Government Equipment (Jan 2011)
• 52.202-1 Definitions (Nov 2013)
• 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Oct 2010)
• 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements Or Statements (Jan 2017)
• 52.203-3 Gratuities (Apr 1984)
• 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006)
• 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
• 52.204-12 Unique Entity Identifier Maintenance (Oct 2016)
• 52.204-13 System for Award Management Maintenance (Oct 2018)
• 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)
• 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)
• 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
• 52.204-22 Alternative Line Item Proposal (Jan 2017)
• 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
• 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)
• 52.204-7 System for Award Management (Oct 2018)
• 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)
• 52.207-1 Notice of Standard Competition (May 2006)
• 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
• 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
• 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items - Alternate I (Oct 2014)
• 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018)
• 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)
• 52.214-34 Submission of Offers in the English Language (Apr 1991)
• 52.214-35 Submission of Offers in U.S. Currency (Apr 1991)
• 52.215-1 Instructions to Offerors-Competitive Acquisition (Jan 2017)
• 52.215-8 Order of Precedence-Uniform Contract Format (Oct 1997)
• 52.219-8 Utilization of Small Business Concerns (Oct 2018)
• 52.222-1 Notice to the Government of Labor Disputes (Feb 1997)
• 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018)
• 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (May 2014)
• 52.222-21 Prohibition of Segregated Facilities (Apr 2015)
• 52.222-26 Equal Opportunity (Sep 2016)
• 52.222-3 Convict Labor (Jun 2003)
• 52.222-35 Equal Opportunity Veterans (Oct 2015)
• 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
• 52.222-37 Employment Reports on Veterans (Feb 2016)
• 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
• 52.222-50 Combatting Trafficking in Persons (Jan 2019)
• 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
• 52.225-1 Buy American - Supplies (May 2014)
• 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
• 52.225-18 Place of Manufacture (Aug 2018)
• 52.227-19 Commercial Computer Software License (Dec 2007)
• 52.229-3 Federal, State, and Local Taxes (Feb 2013)
• 52.232-1 Payments (Apr 1984)
• 52.232-11 Extras (Apr 1984)
• 52.232-17 Interest (May 2014)
• 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 2002)
• 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Oct 2018)
• 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
• 52.232-40 Providing Accelerated Payments to Small Business Contractors (Dec 2013)
• 52.232-8 Discounts for Prompt Payment (Feb 2002)
• 52.233-1 Disputes (May 2014)
• 52.233-2 Service of Protest (Sep 2006)
• 52.233-3 Protest After Award (Aug 1996)
• 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
• 52.242-13 Bankruptcy (Jul 1995)
• 52.242-15 Stop-Work Order (Aug 1989)
• 52.243-1 Changes- Fixed Price (Aug 1987)
• 52.246-16 Responsibility for Supplies (Apr 1984)
• 52.246-2 Inspection of Supplies-Fixed-Price (Aug 1996)
• 52.247-34 F.O.B. Destination (Jan 1991)
• 52.249-2 Termination for Convenience of the Government (FIXED-PRICE) (Apr 2012)
• 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984)
• 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
• 52.252-2 Clauses Incorporated by Reference (Feb 1998)
• 52.252-3 Alterations in Solicitation (Apr 1984)
• 52.252-4 Alterations in Contract (Apr 1984)
• 52.253-1 Computer Generated Forms (Jan 1991)


The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/browse/index/far


The NFS may be obtained via the Internet at URL: https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf


All contractual and technical questions must be in writing (email) to rita.k.kizys@nasa.gov no later than 2:30 p.m., Tuesday, May 7, 2019. Telephone questions are not accepted, email is preferred.


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 lowest price technically acceptable and technical acceptability according to listed specifications below. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors prices will be evaluated inclusive of the base and all options.


Offerors must include completed copies of the provision at 52.212-3 (OCT 2014), 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, 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): https://prod.nais.nasa.gov/cgibin/nais/link_syp.cgi . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).


Specifications:

NASA GRC is looking to expand its hybrid electric vehicle testing capabilities with the procurement of three wide bandwidth, multi-purpose, 100kW bidirectional DC power supplies for high power applications. The capabilities of interest include three power supply devices (DC Emulators) that can individually meet the following:

• Shall operate as a load in constant power, current, resistance, and voltage modes

• Shall operate as a low impedance source

• Can be integrated into a higher voltage, higher power configuration up to 1kV and 1MW (Master/Slave configuration)

• Shall have a large signal bandwidth of greater than or equal to 20kHz

• Shall be capable of providing a slew rate of greater than or equal to 1kW/micro-second, to accurately capture high power system transient events

• Shall have the capability to be used to identify power quality issues such as resonance and noise immunity via power frequency sweeps and noise injection.
 
• Shall have analog, fiber, and CAN communication options with maximum latencies of 1 micro-second, 1 micro-second, and 10mS respectively.
 
• Shall have galvanic isolation between the input and output power of the device

• Shall have an efficiency of at least 90% or greater at full power

• Shall be able to interface with a 480VACLL input at 60Hz

• Shall have a maximum voltage error of 250mV and maximum power error of 500W

• Shall have the ability to current limit at 500A

• Shall be supplied with a graphical interface to allow command and control of the power supply device

• Each unit shall not be greater than 24x42x75"

• Shall be movable (on casters)


Rita K. Kizys, Contract Specialist, Phone 2164333805, Email rita.k.kizys@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP