SOLICITATION NOTICE
91 -- LIQUID METHANE
- Notice Date
- 9/13/2006
- Notice Type
- Solicitation Notice
- NAICS
- 424690
— Other Chemical and Allied Products Merchant Wholesalers
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM06175048Q
- Response Due
- 9/15/2006
- Archive Date
- 9/13/2007
- Small Business Set-Aside
- N/A
- Description
- This procurement is a full and open procurement. 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) liquid methane. Specifications are as follows This procurement is to support the MSFC test area with liquid methane for the development of components for the CLV and CEV projects. Requirement for TS300 Deliveries are typically scheduled one week in advance but, depending on test schedule, shorter delivery notification may be required. Delivery dates may also vary. 1. This procurement is to support the Thermodynamic Vent System Test Using Liquid Methane and Gaseous Helium 2. Due to the test schedule beginning on September 12, 2006, the delivery of the liquid methane must be ordered at least one week in advance of testing. (This start date may slip 1 week for ST300 LCH4.) The testing to be performed at MSFC must be completed expeditiously to provide data for the CEV project study on subcooled LCH4 and multiple compositions of gaseous methane (GCH4) and GHe in the Multipurpose Hydrogen Test Bed ullage. A thermal control system (TCS) boiloff test shall also be performed to assess the baseline system heat leak. Requirement for TS500 1. KT Engineering Glenn Research Center CEV Service Module Main Engine Development Program. 2. Data required for contract milestone or Preliminary Design Review. Requirement for TS 115 1. Methane is the fuel for the 6" LOX/LCH4 Thruster. This technology development is for the Lunar/Mars Missions. Requirements for ER 1. Methane is the fuel for CDA testing. Other requirements: Storage vessel = 5000 gallons Purity = greater than 99% methane by assay Require a certificate of conformance A copy of the vendor?s LCH4 storage tank weekly analysis for each shipment will suffice for LCH4 purity verification. Minimum quantity = 20,000 gallons to a maximum or 250,000 gallons (6000 gallons per delivery) Delivery to MSFC and offload to storage vessel or deliver tanker and return. Period of performance: one year Estimated Dates of Deliveries with Estimated Quantities needed: 22-Sep 6000 24-Sep 7,500 26- Sep 6,500 2-Oct 2,500 6-Oct 500 16-Oct 2,500 20-Oct 3,000 23-Oct 2,500 1-Nov 10,000 3-Nov 500 17-Nov 15,500 November/December 10,000 January/February 40,000 Delivery to Marshall Space Flight Center, Building 4631, Saturn Rd. Delivery Date for first order is on or before 09/22/2007. Quantity to be delivered 6,000 gallons. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by September 15, 2006 by 12 noon CST and must include the following Solicitation number, FOB destination to this Center, delivery charges (if applicable), proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), Central Contracting Registration Number (CCR cage code number), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 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. 52.203-6, Restriction on Subcontracting sales to Government FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. 52.219-4, Notice of price evaluation preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.222-3 Convict Labor (June 2003) (E.O 11755) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001) 52.222-36 Affirmative Action for workers with Disabilities (Jan 1998) 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001) 52.222-39, Notification of employee rights concerning payment of union dues or fees 52.225-3 Buy American Act-Free trade Agreements - Israeli trade Act (June 2006) 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) to Elizabeth Mudler/DFS @ elizabeth.e.mudler@nasa.gov or fax# 256-544-4401 or Betty C. Kilpatrick/Contracting Officer @ Betty.c.kilpatrick@nasa.gov or fax # 256-544-4401 no later than September 15, 2006 12 noon CST. Quotes shall be submitted by e-mail or fax to Elizabeth Mudler at the address above. Telephone questions will not be accepted. Selection and award shall be made based upon lowest price technically acceptable and ability to meet estimated delivery schedule as well as purity level of 99%. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offerors 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=D&pin=62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments. <LINK> <URL> http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D& ;pin=62#121920
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#122207)
- Record
- SN01142830-W 20060915/060913222238 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |