SOLICITATION NOTICE
66 -- GAS GENERATION SYSTEMS
- Notice Date
- 7/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC07ZRX027Q
- Response Due
- 7/24/2007
- Archive Date
- 7/10/2008
- Small Business Set-Aside
- N/A
- 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 procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. 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 Gas Generation Systems per the following Specification: NASA Glenn Research Center (GRC) has a requirement for gas generation systems to create a test stand for laboratory test processes and equipment. Currently NASA GRC has one operational test stand in use. There is a need for a second test stand to expedite the testing process. It is critical that all items be brand name or equal of the existing equipment test stand in effort to match results on identical set ups. The existing equipment was manufactured by Parker Hannifin Corporation. Model Number/ Description/ Quantity Needed 1.H2-1200/ Parker Hydrogen Generator/ 1 2.HPZA-7000/ Parker Zero Air Generator/ 1 3.UHPN2-1100/ Parker UHP N2 Generator/ 1 4.N2-04/ Parker Membrane N2 Generator/ 2 5.72-007/ .75 Gallon Receiver Tank (alum.)/ 1 6.A21114033200/ 20 Gallon Receiver (steel, epoxy coated interior, black enamel exterior)/ 1 Reference 52.211-6 Brand Name or Equal (Aug 1999) Specifications for each item are as follows: 1. H2-1200 Parker Hydrogen Generator Purity - 99.99999+% pure H2, Oxygen <.01 ppm, Moisture <1 ppm Max Hydrogen Flow Rate ? 1200 cc/min Delivery Pressure ? 0 to 100 psig Pressure Control ? 5 to 20 psig +/- 0.5%, 30 to 100 +/- 0.2% Electrical Requirement ? 60Hz, 100 ? 130 VAC Power Consumption ? 5.5 Amp @ 120 VAC Certifications - IEC 1010-1; CSA; UL 3101, CE Mark Dimensions, H2-1200 NA ? 13?w x 17?d x 14.5?h Outlet Port ? 1/8? Compression Shipping Weight ? 45 lbs (20.4 kg) dry (All) 2. HPZA-7000 Parker Zero Air Generator Max Zero Air Flow Rate ? 7 lpm Outlet Hydrocarbon Concentration (as methane) - <0.05ppm Min/Max Inlet Air Pressure ? 40 psig/125 psig Max inlet Hydrocarbon Concentration (as methane) ? 100 ppm Pressure Drop at Max Flow Rate ? 4 psig Max Inlet Air Temperature ? 78 degrees F (25 degrees C) Inlet/Outlet Ports ? ?? NPT (female) Start-up Time Specified Hydrocarbon Concentration (as methane) ? 45 minutes Electrical Requirements ? 120 VAC/60 Hz, 2.0 amps Dimensions ? 11?w x 13?d x 16?h (27cm x 34cm x 42cm) Shipping Weight ? 41lbs.(19 kg) 3. UHPN2-1100 Parker UHP N2 Generator Max Nitrogen flow rate ? See Table A Table A Inlet Air Pressure (psig)/ Max Outlet Flow (cc/min)/ Max Outlet Pressure (psig) 125/ 1100/ 85 110/ 1000/ 75 100/ 900/ 65 90/ 800/ 60 80/ 700/ 50 70/ 600/ 45 60/ 500/ 35 Nitrogen Purity ? 99.9999% Max Nitrogen Output Pressure ? See Table A CO2 Concentration - <1 ppm O2 Concentration - < 1 ppm H2O Concentration - < 1 ppm Hydrocarbon Concentration - < 0.1 ppm Argon Concentration* ? 0.9% (*Purity specifications for Nitrogen does not include Argon concentration) Min/Max inlet Pressure ? 60 psig/125 psig Recommended inlet temperature ? 78 degrees F (25 degrees C) Ambient operating temperature ? 60-100 degrees F (16 ? 38 degrees C) Max air consumption ? 42 Lpm (1.5 scfm) Inlet connection ? 1/4? NPT (female) Outlet connection ? 1/8? compression Electrical requirements ? 120 VAC/60 Hz, Power Consumption ? 700 Watts Dimensions ? 12?w x 16?d x 35?h (30cm x 41cm x 89cm) Shipping Weight ? 110 lbs. (50 kg) 4. N2-04 Parker Membrane N2 Generator Nitrogen Purity ? 95.0% - 99.5% Atmospheric Dewpoint - -58 degrees F (-50 degrees C) Suspended Liquids ? None Particles > 0.01 um ? None Commercially Sterile ? Yes Phthalate-free ? Yes Hydrocarbon-free ? Yes Min./Max. Operating Pressure ? 60/145 psig Max. Press. Drop @ 99% N2 Purity, 125 psig ? 10 psig Recommended Ambient Operating Temperature ? 68 degrees F (20 degrees C) Max. Inlet Air Temperature ? 110 degrees F (43 degrees C) Inlet/Outlet Ports ? ?? NPT Electrical Requirements ? None Shipping Weight ? 42.5 lbs (19 kg) Dimensions ? 16.1?h x 10.7?w x 13.4?d (40.9cm x 27.2cm x 34 cm) The provisions and clauses in the RFQ are those in effect through FAC 05-17. The NAICS Code and the small business size standard for this procurement are 423610 and 100 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/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 30 days of date of order. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 2:00 PM, July 24, 2007 to NASA/Glenn Research Center, Attn: Richard W. Amiot, Mail Stop 500-305, 21000 Brookpark Road, Cleveland, OH 44135 or via e-mail to Richard.W.Amiot@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), CAGE Code, DUNS 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. 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.225-1, 52.232-34. 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 Richard W. Amiot not later than July 17, 2007. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Selection and award will be made to that Offeror whose offer will be most advantageous to the Government, with consideration given to the following Best Value Criteria: Selection and award will be made to the lowest priced, technically acceptable Offeror. 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. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: The Offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the Offeror has completed for the purposes of this solicitation only, if any. The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . 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=D&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. http://genesis.gsfc.nasa.gov/nasanote.html
- 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#125651)
- Record
- SN01338629-W 20070712/070710221704 (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 |