Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
SOLICITATION NOTICE

68 -- REPROCESSING XENON AND ADDITONAL XENON

Notice Date
5/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12435748Q
 
Response Due
6/8/2012
 
Archive Date
5/22/2013
 
Point of Contact
Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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: Specifications /Statement of Work: The vendor shall process captured gas from a clean cryo-pumped vacuum chamber containing approximately 65 percent xenon, 25 percent nitrogen, 5 percent oxygen, and trace amounts of other air constituents. No hazardous or corrosive gases are present. Approximately 20 bottles, containing up to 30,000 liters of xenon, are to be refined and propulsion grade xenon provided to NASA. NASA will provide the 20 bottles to the supplier containing up to 30,000 liters of xenon. The 20 bottles are to be immediately shipped back to NASA once their contents have been extracted by the vendor. Care should be taken to track the bottles and ship them in a timely manner to avoid misplacing them, which can delay payment on the contract. NASA requires up to 30,000 liters of ultra high purity, propulsion grade 99.999+ percent xenon be delivered in a Type 2 or Type K steel compressed gas cylinders that are rated for greater than 2000 psig internal pressure and meet or exceed DOT CFR 49 regulations. The bottles shall nominally be 9 inches in diameter and 51 inches tall, not including the cylinder valve, with approximately 44 L internal volume at 21 degrees Celsius and 1 atmosphere pressure. Each of the bottles shall be filled with no more than 5,000 liters of xenon. Each bottle shall have a rare-gas valve with bellows seal to eliminate stem leakage and a CGA 580 valve fitting. The cylinders will be provided by the manufacturer and must have at least 2 years remaining prior to the required cylinder retest date. The cylinder demurrage costs shall be included in this order. The measured xenon purity shall be greater than or equal to 99.999 percent and meet the requirements for impurities listed below by measuring the impurities in each individual bottle. The xenon impurity level requirements are: less than or equal to 0.1 ppm oxygen (O2), less than or equal to 0.1 ppm water (H2O), less than or equal to 0.5 ppm carbon monoxide (CO), less than or equal to 0.5 ppm carbon dioxide (CO2), less than or equal to 0.1 ppm carbon tetra-fluoride (CF4), less than or equal to 0.1 ppm total hydrocarbons (THC), less than or equal to 1 ppm nitrogen (N2), less than or equal to 2 ppm hydrogen (H2), less than or equal to 5 ppm krypton (Kr), less than or equal to 1 ppm argon (Ar), less than or equal to 10.4 ppm total impurities, and the remaining balance xenon. A certificate of analysis is required for each cylinder to verify purity requirements. Lot impurities or measured impurities prior to any xenon transfer are not valid. Individual bottle certificates after xenon transfer is completed are required. Impurities for all constituents listed above shall be measured and shall be less than the maximum acceptable levels identified. The xenon impurity measurement accuracy shall be: less than or equal to 0.1 ppm oxygen (O2), less than or equal to 0.05 ppm water (H2O), less than or equal to 0.1 ppm carbon monoxide (CO), less than or equal to 0.1 ppm carbon dioxide (CO2), less than or equal to 0.1 ppm carbon tetra-fluoride (CF4), less than or equal to 0.1 ppm total hydrocarbons (THC), less than or equal to 0.1 ppm nitrogen (N2), less than or equal to 0.5 ppm hydrogen (H2), less than or equal to 0.1 ppm krypton (Kr),and less than or equal to 0.1 ppm argon (Ar). Each delivered xenon bottle shall be analyzed for the impurities listed above. A certificate containing the amount of xenon in liters at standard temperature and pressure, the actual measured impurity values for that bottle, and measurement accuracy for each impurity must be provided with each bottle. The quantity of xenon ordered shall be the quantity after bottle analysis is completed. Any bottle that fails to comply with the above requirements for measured impurity levels shall be rejected. Any bottle that does not have an accompanying certificate of measured impurity levels for that bottle shall be rejected. Any xenon bottle that does not comply with the minimum detection level and accuracy for impurity measurement as stated shall be rejected. The government has the right to inspect any or all of the work included in this order at the suppliers plant. A liter will be defined at standard temperature and pressure conditions of 32 degrees Fahrenheit and 29.92 inches of mercury. The provisions and clauses in the RFQ are those in effect through FAC 2005-58 [http://nais.nasa.gov/far/ ]. 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 325120, 1000 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 OHIO 44135-3191 is required. Delivery shall be FOB Destination. Offers for the items(s) described above are due by J U N E 8th, 2012 N O O N to the procurement office 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/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, 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 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. No Addenda to FAR 52.212-4. FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable, there are no following identified clauses. 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 De Viancourt (Dorothy.E.Viancourt@nasa.gov or 216-433-5489) Not later than MAY 30th, 2012 by THE END OF THE DAY. 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 factors of proposed technical merit, price, and past performance. Other critical requirements: a plan to show tracking of cylinders to be returned to NASA Glenn after empty of re-claimed xenon, history to show ability to processes and clean re-claimed xenon to required purity and show ability to supply correct purity of requested xenon above that which was cleaned from the re-claimed supply from NASA shall all be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. 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=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
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12435748Q/listing.html)
 
Record
SN02754655-W 20120524/120522235537-966650912742d34fb29ced25ae8a9e63 (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.