SOLICITATION NOTICE
47 -- HOT GAS PIPING CONNECTIONS
- Notice Date
- 2/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- 04-C3H-002
- Response Due
- 2/18/2004
- Archive Date
- 2/10/2005
- Point of Contact
- Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756, Fax (216) 433-5489, Email Marilyn.D.Stolz@grc.nasa.gov
- E-Mail Address
-
Email your questions to Marilyn D. Stolz
(Marilyn.D.Stolz@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for: Grayloc components or equal for the JP-7 fuel heater and reactor integrated system. These items shall meet the following salient characteristics: All connections shall comply with ASME B31.3. All connections shall be clamp-style (Grayloc or equivalent),able to mate with existing Grayloc connections. All hubs shall be buttwelded to piping of the same material. Connections shall be designed for the following process conditions: Some hubs shall be insulated and preheated slowly via electrical heat tape for 2-4 hours to about 1000?F. Other hubs shall not be insulated or preheated at all ? they shall start at 70?F. Hot gaseous jet fuel shall flow for up to 15 minutes. Assume process conditions per the table below. When the fuel heater is turned off, the fluid temperature shall drop to around 700?F and the pressure shall drop approximately 55%, all in roughly 15 seconds. A GN2 purge shalll then flow for about a minute. The purge shalll then be shut off and the system shall cool to the ambient atmosphere. This cycle shall occur once or twice a day. There shall be at least 1000 cycles over the life of the system. The following list provides specifications and quantities for each item needed: Item,Quantity,Description, Size ?, Material ??,Process Conditions: 1. Qty.2, Hub, 3" sch 40 buttweld, SS 316H, 1300?F 500 psig 2. Qty.1, Blind hub, Mates w/item 1,SS 316H,1300?F 500 psig 3. Qty.1, Clamp w/ bolting, Mates w/item 1,Determined by vendor, 1300?F 500 psig 4. Qty.1, Seal ring, Mates w/item 1,Determined by vendor,1300?F 500 psig 5. Qty.5, Hub,1-1/2? sch 40 buttweld,Inconel 625(SB446, gr. 2), 1300?F 1800 psig 6. Qty.1, Hub,All dimensions identical to item 5,SS 316H,1300?F 500 psig 7. Qty.2, Blind hub,Mates w/items 5 & 6,SS 316H 1300?F 1800 psig 8. Qty.3, Clamp w/bolting, Mates w/items 5 & 6,Determined by by Vendor, 1300?F 1800 psig 9. Qty.3, Seal ring,Mates w/items 5 & 6,Determined by Vendor, 1300? F 1800 psig 10. Qty.8, Hub,3/4? sch 40 buttweld, w/transition to 1.049? ID at the connector end. Mates w/item 11, Inconel 625 (SB446, gr. 2) 1300?F 1800 psig 11. Qty.7, Hub,1? sch 40 buttweld,Inconel 625 (SB446, gr. 2) 1300?F 1800 psig 12. Qty.1, Hub,All dimensions identical to item 11, SS 316H, 1300?F 500 psig 13. Qty.7,Blind hub,Mates w/items 10, 11, & 12,SS 316H,1300?F 1800 psig 14. Qty.8,Clamp w/bolting,Mates w/items 10, 11, & 12, Determined by vendor,1300?F 1800 psig 15. Qty.8,Seal ring, Mates w/ items 10, 11, & 12,Determined by the vendor,1300?F 1800 psig 16. Qty.20, Hub,3/4? sch 40 buttweld,the connector end OD is 3.625? to mate w/ existing hub,ID is 0.824? thru,Inconel 625 (SB446, gr. 2) 1300?F 1800 psig 17. Qty.14,Clamp w/bolting, Mates w/item 16,Determined by vendor 1300?F 1800 psig 18. Qty.14,Seal ring, Mates w/item 16,Determined by vendor, 1300?F 1800 psig ? Sketches of the proposed connections shall aid in confirming the vendor understands the size requirements. ?? Proposal shall specify all materials in detail. Certified material test reports shall be required with hardware delivery. The provisions and clauses in the RFQ are those in effect through FAC 01-19. 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 332999 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery of Items 1, 2, 6, 7, 10, 11, 12, 13, & 16 is required within 30 days ARO and Items 3, 4, 5, 8, 9, 14, 15, 17, 18 & 19 is required within 6 to 10 weeks ARO to Sierra Lobo, Inc., 11401 Hoover Road, Milan, OH 44846. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by February 18, 2004 4:30 p.m. local time and may be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M. S. 500-306, Cleveland, OH 44135 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, 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 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 562.222-37, 52.225-1, 52-225-3, 52.225-13, 52.225-15,& 52.232-34. 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 Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#108876)
- Record
- SN00519988-W 20040212/040210212847 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |