Low Power Programmable AC Source
ID: 80NSSC24875126QType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of four Low Power Programmable AC Sources, specifically the Chroma 61604 model, as part of a total small business set-aside initiative. These AC sources are required to deliver up to 300 Vrms with a current rating of 16 Arms and a power capacity of 2000 VA, operating across a frequency range of 15 Hz to 1 kHz or in DC mode, to support various government testing and measurement tasks. The procurement emphasizes the need for accurate and reliable equipment to enhance research and operational capabilities, with a submission deadline for quotes set for August 29, 2024, at 3:00 p.m. CT. Interested vendors must ensure they are registered in the System for Award Management (SAM) and direct any inquiries to Kacey Hickman via email at kacey.l.hickman@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for a request for proposal (RFP) concerning the acquisition of four 61604 Low Power Programmable AC Sources. These AC sources are capable of delivering up to 300 Vrms and 16 Arms, with performance metrics including accuracy rates of 0.2% for voltage and 0.4% for current and power measurements. They operate within an input range of 90-250V (single phase) and frequencies from 15 Hz to 1 kHz, including DC capability. The equipment is designed to fit in standard rack systems with specific dimensions. Additionally, several optional components are specified to enhance the AC sources' functionality, including various interface options like RS232/GPIB, a soft panel kit, remote interface board, noise filters, and a boost transformer. This specification document serves as a detailed technical foundation necessary for government procurement processes, ensuring adherence to operational requirements while facilitating effective supplier responses in federal, state, or local contexts. Overall, it stresses the importance of precise specifications in the procurement of specialized equipment for governmental operations.
    The document outlines the specifications for purchasing four 61604 Low Power Programmable AC Sources intended for use in government projects. Each AC source will deliver up to 300 Vrms, with a current rating of 16 Arms and a power capacity of 2000 VA, operating at a frequency range of 15 Hz to 1 kHz or in DC mode. The units feature a single-phase input range of 90-250V and frequencies of 47-63Hz. Accuracy specifications include voltage up to 0.2%+0.2%, current at 0.4%+0.3%, and power at 0.4%+0.4%. The physical dimensions of each unit are 5.25” x 19” x 22.42”, allowing compatibility with standard rack systems. The bid should also include an RS232/GPIB Interface and optional Remote Interface Board with LAN and USB connectivity. This procurement aligns with government needs for accurate and reliable equipment in various testing and measurement tasks, enhancing research, development, or operational capabilities.
    The document discusses specifications for the Chroma 61604 power supply model regarding its functionality options and communication interfaces as requested in a government RFP. The primary consideration is the inclusion of both AC and DC functionality; while an AC-only model is acceptable as a cost-saving option, the preferred choice is the AC+DC model with a selectable AC-only mode. Additionally, the necessity of a GPIB (IEEE) for communication is evaluated, with the organization indicating that while it is an option, they can operate without it since LAN/USB is standard for them. The document also specifies a needed feature of having an analog input for controlling the power supply externally. Overall, the document aims to clarify the requirements and preferences for the Chroma power supply within the context of fulfilling an RFP for government procurement, ensuring all necessary functionalities and options are addressed succinctly.
    The National Aeronautics and Space Administration (NASA) has issued a Request for Quotation (RFQ) for a Low Power Programmable AC Source, referenced as 80NSSC24875126Q. This procurement is categorized as a Brand Name requirement and is exclusively set aside for small businesses, requiring participants to be registered in the System for Award Management (SAM). The submission deadline for quotes is August 29, 2024, by 3:00 p.m. CT. Offerors must adhere to specific solicitation provisions and clauses, completing required representations and certifications related to telecommunications, foreign operations, and business status. Notably, the RFQ includes detailed instructions, delivery terms (FOB Destination), and criteria for evaluating quotes. Communication regarding technical or contractual inquiries must be conducted via email only. Adherence to federal regulations related to telecommunications equipment and compliance standards is critical for consideration. The outlined procurement processes reflect NASA's commitment to transparency and adherence to regulatory compliance, effectively guiding small businesses through the contracting process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent to Sole Source to TEVET, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole source contract to TEVET, LLC for the delivery, installation, and commissioning of two Keysight Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This firm-fixed-price contract, compliant with Federal Acquisition Regulation (FAR) 19.1306, includes additional items such as Scienlab Battery Test Systems and Measurement and Control Modules, which are critical for NASA's electrical testing and measurement needs. Interested parties may submit statements of capabilities by September 19, 2024, to demonstrate their ability to meet the requirements, although this notice does not solicit competitive quotes. For further inquiries, interested vendors can contact Seliste Acres at seliste.c.acres@nasa.gov.
    32 Channel VibRunner Data Acquisition Upgrade
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 32 Channel VibRunner Data Acquisition Upgrade, a critical component for enhancing measurement and data acquisition systems at the NASA Langley Research Center. The procurement includes the acquisition of 24 channels of 820 VibRunner, additional hardware, software licenses, and calibration services to ensure compliance with federal standards. This upgrade is essential for maintaining high-quality research operations and operational efficiency in aerospace projects. Interested vendors must submit their quotes by September 20, 2024, and include the tracking number (80NSSC24883871Q) in their email correspondence to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
    Spare Netscanner modules for the Netscanner system installed at W7 Test Facility in NASA GRC.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking authorized resellers of TE Connectivity to provide spare Netscanner modules for the Netscanner system installed at the W7 Test Facility in Cleveland, Ohio. This procurement is a full and open competition, with specific requirements for the Intelligent Pressure Scanner (Model 9916), which includes precise accuracy, robust overpressure capabilities, and compatibility with existing systems. The procurement is critical for maintaining operational integrity and efficiency at NASA's research facilities, ensuring the availability of essential pressure measurement equipment. Quotes are due by September 20, 2024, and interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details.
    61--POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of six power supply units, classified under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The solicitation requires that all items undergo government source approval prior to award, and interested vendors must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. These power supplies are critical for fleet support operations, and the contract will be awarded based on the evaluation of proposals, with a preference for early and incremental deliveries. Interested parties should direct their inquiries to Christian Markle at 215-697-6679 or via email at CHRISTIAN.MARKLE@NAVY.MIL, with quotes due by the specified deadline.
    61--POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of a power supply, identified by NSN 6130011207600. This solicitation is part of a total small business set-aside and aims to acquire essential power distribution equipment, which plays a critical role in various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the deadline for quotes set at 35 days after the award date.
    C.R. Onsrud F144Q12 5- Axis Qube Series CNC Router (F144Q12) Brand Name or Equal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of a C.R. Onsrud F144Q12 5-Axis Qube Series CNC Router, or an equivalent product, as part of a combined synopsis/solicitation. This equipment is crucial for NASA's operations at the Langley Research Center, enhancing their capabilities in industrial machinery manufacturing. Interested vendors must submit their quotations, including technical specifications and pricing, by 1:00 PM Eastern Daylight Time on September 23, 2024, with delivery required within 28 weeks of order receipt. For inquiries, potential bidders can contact Nicolas Zogaib or Wayne Plummer via email at nicolas.a.zogaib@nasa.gov and wayne.s.plummer@nasa.gov, respectively.
    61--POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of a power supply, specifically NSN 6130016687665. This procurement is a source-controlled drawing item, with the approved source being 66015 DC2-117A, and the items must meet the specified requirements outlined in the solicitation. The power supply is critical for various military applications, ensuring reliable electrical distribution and functionality in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Chamber Services - Pilot Studies
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for pilot chamber testing services as part of its research on decompression sickness (DCS) related to spaceflight. The procurement involves conducting pilot studies that include three test days, aimed at validating chamber facilities and testing teams, with a focus on enhancing data collection for DCS risk mitigation during space missions. This initiative is crucial for advancing aerospace medicine and ensuring safety in future space exploration efforts. Interested vendors must submit their quotes by September 19, 2024, referencing solicitation ID 80NSSC881004Q, and include their UEI and Cage code for active SAM.gov registration. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    FY24 HPE Maintenance Renewal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking bids for the FY24 HPE Maintenance Renewal, aimed at acquiring essential maintenance services for HPE hardware at the Langley Research Center (LaRC) in Hampton, Virginia. The procurement includes support for various components such as SGI Clusters, servers, power cords, and memory modules, with a performance period from August 1, 2024, to July 31, 2025. This initiative underscores NASA's commitment to maintaining its critical computing infrastructure, which is vital for its research capabilities. Interested vendors should reference RFQ number 80NSSC24878914Q in all correspondence and include their CAGE code in quotes, with inquiries directed to Brianna Faye at brianna.n.ladner@nasa.gov.
    Power Supply
    Active
    Dept Of Defense
    The Defense Logistics Agency, specifically DLA Aviation at Oklahoma City, is soliciting quotes for a power supply (NSN: 6130-01-270-2933 NT) essential for military operations. The Request for Quotation (RFQ) outlines a requirement for a minimum of 2 and a maximum of 9 units, emphasizing compliance with federal regulations, safety standards, and quality assurance measures. This procurement is critical for ensuring the operational readiness of military equipment, with submissions required to adhere to specified protocols and conditions. Interested vendors should contact Anne Campbell at anne.campbell@us.af.mil or call 405-855-3710 for further details regarding the submission process.