SOLICITATION NOTICE
68 -- XENON - HIGH PURITY
- Notice Date
- 6/8/2012
- 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
- NNC12438749Q
- Response Due
- 7/11/2012
- Archive Date
- 6/8/2013
- 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 Request for Quotations (RFQ) for XENON HIGH PURITY - Procure 9,000 liters of propulsion grade (also called grade EW or research grade 5.0) xenon. The propulsion grade xenon is to be delivered in steel compressed cylinders (one of the 2 types listed below) that are rated for >2000 psig internal pressure and meet or exceed DOT CFR 49 regulations with a type CGA 580 valve fitting. The cylinders must have at least 2 years remaining prior to the required cylinder retest date. The cylinders will be rented with a daily or monthly rental charge included in the bid. The measured xenon purity shall be greater than or equal to 99.999% and meet the requirements for impurities listed below by measuring the impurities in each individual bottle. Bottle Requirements for 5,000 Liter container: Steel Cylinder Size 2 (K bottle) or 3; Size in inches not including cylinder valve [Diameter X Height] (size 2) 9 X 51 or (size 3) 7 X 32; Nominal Tare Weight in pounds (size 2) 115 or (size 3) 47; Approximate Internal Volume @ 21C, 1 atm in liters (size 2) 44 or (size 3) 16; Pressure Rating in psig (size 2) 2265 or (size 3) 2015. Impurity Level Requirements: Xenon purity >= 99.999%; O2 <= 0.1 ppm; H2O <= 0.1 ppm; CO <= 0.5 ppm; CO2 <= 0.5 ppm; CF4 <= 0.1 ppm; THC <= 0.1 ppm; N2 <= 1 ppm; H2 <= 2 ppm; Kr <= 5 ppm; Ar <= 1 ppm; Remaining balance Xenon [total impurities <= 10.4 ppm]. 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 in section 2.2 shall be measured and shall be less than the maximum acceptable levels identified. The impurity measurement accuracy shall be equivalent to or better than that identified below. Impurity Measurement Accuracy Requirements: O2 <= 0.1 ppm; H2O <= 0.05 ppm; CO <= 0.1 ppm; CO2 <= 0.1 ppm; CF4 <= 0.1 ppm; THC <= 0.1 ppm; N2 <= 0.1 ppm; H2 <= 0.5 ppm; Kr <= 0.1 ppm; Ar <= 0.1 ppm. Each delivered xenon bottle shall be analyzed for the impurities listed above. The measured impurities values, along with analysis technique, minimum detection threshold, and accuracy for each impurity will 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. Any gas cylinder with less than 2 years remaining prior to recertification date will 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 32F and 29.92 inches of mercury (Hg). 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 325120, 1,000 NUMBER OF 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 will be to: NASA GLENN RESEARCH CENTER 21000 BROOKPARK ROAD JOE SEPICH 3-8752 B-215 CHEMICALS DISPATCH 216-433-2088 CLEVELAND OHIO 44135-3191 Required within pre-AGREED number of days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by CLOSE OF BUSINESS ON WEDNESDAY JULY 11, 2012 to De Viancourt, Procurement Office MS; 60/0 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. FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. 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 Dorothy.E.Viancourt@nasa.gov or fax @ 216-433-5489 ) to De Viancourt not later than JULY 2, 2012. 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: SEE ABOVE FOR LISTED DETAILS THAT STATE WHAT IS EXCEPTABLE AND WHAT WILL BE REJECTED IN ITEM DESCRIPTION. Vendor needs to show that these details will be met. 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/NNC12438749Q/listing.html)
- Record
- SN02771010-W 20120610/120608235713-dbff49090f9fc59ab7169340be7b086a (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 |