Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2007 FBO #1978
SOLICITATION NOTICE

66 -- VACUUM CHAMBER SYSTEM

Notice Date
4/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK07195411Q
 
Response Due
5/9/2007
 
Archive Date
4/25/2008
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/KSC has a requirement for a vacuum chamber system. The following salient characteristics are provided. Vacuum Chamber and Pumping system Qty. 1 Chamber material must be polished stainless steel There must be a support frame or structure to hold the chamber so that the base of the chamber is approximately 42? from the floor. Minimum interior dimensions: 30?x30?x50?. The chamber door must have a Viton O-Ring seal so that bake-out can be performed. The chamber can be cylindrical or rectangular, but if cylindrical there must be a flat base plate for mounting items inside the chamber and there must be a minimum usable work space of 30?x30?x50?. If it is rectangular there must be sufficient support structure to the walls and base to prevent warping of the chamber when the pressure is lowered. The chamber needs to (either whole or in pieces) be able to fit in an elevator with a 4?x8? door and a 8.5? depth with a 4500# weight limit. Must have a pumping system on the chamber (roughing pump and high vacuum pump with controllers) capable of pumping the empty chamber (clean but un-baked) down to 10^-7 Torr within 6 hours. NOTE: This should be compatible with the high vacuum pumping system, an oil-free scroll pump that we already have at KSC. This is not a requirement. The two pumps in use are: a. Varian Tri-Scroll Model PTS06601UNIV with pumping speed of 500 l/min @ 60 Hz b. Iwata Model ISP-500/Varian DS600 with pumping speed of 600 l/min @ 60 Hz The inlet ports for the vacuum pumps should be located on a side of the chamber rather than the base. In addition to the ports needed for the vacuum pumps, KSC is requesting ports for instrumentation as indicated below. All should be Conflat and all should be shipped with blanks on them. c. 2 ea. 8? CF port; one to be provided with a fused quartz glass ConFlat (CF) view port and the other to be provided with a blank d. 2 ea. 4? CF ports to be provided with blanks e. 10 ea. 2.5? CF instrumentation ports to be shipped with blanks. Request a bake-out system (heaters and controllers) on the chamber with insulation and shielding to protect the operator from contact with the heat or electrical terminals. The system should be capable of reaching 150C. Request an automated pressure control capability (valves, controllers, and gauges) to set and maintain a given pressure Request an LN2 cold plate and associated controls/valves (for LN2 temperatures only). Ideally it should be a 26? wide by 46? tool plate with tubing for LN2 on the underside of the plate. It should have a removable plate to be mounted on stainless steel slides to facilitate loading and unloading of test specimens and to be connected by flexible hosing to the port on the chamber to allow for movement in and out of the chamber. The plate should be drilled and tapped with ? - 20 thread on a 5? x5? grid pattern. 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. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. 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 339111/ 500 employees 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 to: NASA/KSC J-BOSC Warehouse Bldg M6-744 Kennedy Space Center, FL 32899-0101 Delivery is required within 30 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by May 9, 2007 no later than 3:00 PM ET to: NASA/KSC Attn: Tyrone Frey OP-ES Kennedy Space Center, FL 32899-0101 or may be e-mailed to tyrone.j.frey@nasa.gov and must include, solicitation number, FOB destination to Kennedy Space Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), cage code, DUNS Number, 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/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), 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 (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 is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.225-1, and 52.232-33. 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 Tyrone Frey not later than May 4, 2007. Telephone questions will not be accepted. 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". 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): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . 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=76#124498)
 
Record
SN01281402-W 20070427/070425221834 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.