Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2015 FBO #4905
SOLICITATION NOTICE

16 -- CHROMALOX NITROGEN GAS CIRCULATION HEATER AND HEATER CONTROLLERS ALONG WITHREQUIRED SERVICES FROM CHROMALOX CERTIFIED TECHNICIAN

Notice Date
4/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK15540878Q
 
Response Due
5/13/2015
 
Archive Date
4/28/2016
 
Point of Contact
Susan J. Wall, Contracting Officer, Phone 321-867-3306, Fax 321-867-1166, Email susan.j.wall@nasa.gov
 
E-Mail Address
Susan J. Wall
(susan.j.wall@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: IMPORTANT NOTE: Please read this RFQ thoroughly and address and provide all requested information and documentation. Please do not take ANY exceptions to the RFQ. If you do not provide the information and documentation requested in this RFQ and/or if you take any exceptions to the RFQ, your quote will be considered non-responsive and may NOT be considered. Offerors shall submit with their quote/offer, detailed copies of their warranties for each offered item. ITEM NO. 1: Chromalox Part # GCHB-03-008P-E2XX, 8 kW, 480V/1-3Ph, Chromalox Nitrogen Gas Circulation Heater. Reference attached Government Minimum Specification Sheet. This item is for use with the below Item No. 2. IMPORTANT NOTE: Contractor shall submit the below documentation to the NASA, KSC Contracting Officer two weeks AFTER RECEIPT OF ORDER for NASAs review and approval PRIOR TO the manufacturing of all items: 1) General Arrangement Drawings, and 2) Electrical Schematics. Contractor shall provide the below listed DOCUMENTATION upon the delivery of all items. Quantity/Unit: 1 Each; ITEM NO. 2: Chromalox Part # 8501-3480008-0111968AS, N4, 480V, 3Ph, 8 kW, 1CKT, Chromalox Heater Controller. Reference attached Government Minimum Specification Sheet. This item is for use with the above Item No. 1. IMPORTANT NOTE: Contractor shall submit the below documentation to the NASA, KSC Contracting Officer two weeks AFTER RECEIPT OF ORDER for NASAs review and approval PRIOR TO the manufacturing of all items: 1) General Arrangement Drawings, and 2) Electrical Schematics. Contractor shall provide the below listed DOCUMENTATION upon the delivery of all items. Quantity/Unit: 2 Each; Contractor is required to include the following with Item No.'s 1 and 2: INSTRUMENT AND ELECTRICAL TERMINAL BOXES, LIFTING LUGS, EARTHING STUDS, STAINLESS STEEL NAMEPLATES, AND CHROMALOX STANDARD DRAWINGS AND DOCUMENTATION. Contractor is not required to include the following with Item No.'s 1 and 2: HARDWARE AND LABOR FOR ALL INSTALLATION MATERIALS REQUIRED FOR FIXING AND MOUNTING THE OFFERED EQUIPMENT, INSULATION AND JACKETING MATERIALS OTHER THAN WHAT IS QUOTED, POWER AND CONTROL CABLES, ANCHOR BOLTS, AND CABLE & GLANDS. DOCUMENTATION: Contractor required to submit the below documents in electronic form w/Item No.s 1 & 2: 1) General Arrangement (GA) Drawings, 2) Electrical Schematics, 3) ITPs, 4) WPS/PQRs, 5) Mechanical Calculations and Installation, 6) Operation Manuals, and 7) Maintenance Manuals. ITEM NO. 3: Shipping Costs for Item No.s 1 and 2. FOB Destination to NASA, Kennedy Space Center, Florida 32899. Quantity/Unit: 1 Lot; ITEM NO. 4: Start-Up Visit. Reference attached Statement of Work (SOW). All Travel Expenses are to be Included. Quantity/Unit: 1 Lot; ITEM NO. 5: Service Visit. Reference attached SOW. All Travel Expenses are to be Included. Quantity/Unit: 1 Lot; Brand Name Justification for Chromalox brand name products: The brand name products are required to be manufactured by Chromalox as their Nitrogen Gas Circulation Heater and Heater Controllers are the known products that meet all the below Government Minimum Specifications, including compatibility requirements. The required Chromalox products are the only known brand that would ensure full compatibility with NASA, KSCs existing spare parts, calibration, KGCS software control, and operational and maintenance parameters of the equipment. Use of a different brand/model of heater systems would incur NASA considerable costs and time as the program would be required to test and qualify this different brand/model of heater systems for use at KSC. NASA qualification testing can take 6 to 8 months. This would significantly impact NASAs ability to successfully complete and meet critical milestones. There are also no other known services that will meet our requirements as to services on the required Chromolox products other than those provided and performed by a Chromalox Certified Technician. Government Minimum Specifications including compatibility requirements: (1) Heater system must be capable of heating 588 lbm/hr Gaseous Nitrogen at up to 3400 psig (2) Heater system must be 480V, 1-3 phase, 8 KW, ~6 inch diameter, Carbon Steel Vessel with 3 1500# weld neck inlet and outlet per ASME pressure vessel standards to be compatible with existing KSC pneumatic systems into which the required heater system will be installed (3) Heater system must be certified for a Class I Division 2 explosion-proof environment (4) Heater system must have 3 active elements and 3 spare elements (5) Heater Controller must have dual input 480 VAC power for redundant operation (6) Heater Controller must have dual PID for redundant operation (7) Overheat Protection Thermocouples must be terminated in separate enclosures (8) Heater Controller must have dual temp sensor inputs and over temp inputs (9) Heater Controller must provide over-temperature shutdown, process temperature alarm and enclosure temperature indication (10) Heater Controller Enclosure must be outdoor rated enclosure for hazardous environment Class I Division 2, stainless steel with EMC gaskets. Must be explosion proof or purged design as appropriate. (11) Heater and Heater Controller compatibility with existing Kennedy Ground Control System (KGCS) software developed by KSC and used to control pneumatic systems at KSC The provisions and clauses in the RFQ are those in effect through FAC 2005-81. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333414 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. Delivery shall be FOB Destination. Delivery of all products is to NASA KSC in Florida required within 80 days ARO. NOTE: This includes 2 weeks for Contractor to submit drawings and 1 week for Govt to review drawings. Place of Performance is NASA KSC in Florida for services. NOTE: Offerors shall provide the information required by FAR 52.212-1, 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. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3 Alt. 1, 52.225-13, and 52,232-33. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. The following KSC Clauses will be applicable: KSC 52.204-96 Security Controls for KSC and CCAFS, KSC 52.242-90 Controls Applicable to Contractor's Activities, and KSC 52.223-121 Reporting Incidents Involving Workplace Violence. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All responsible sources may submit an offer which shall be considered by the agency. All contractual and technical questions must be in writing by e-mail to susan.j.wall@nasa.gov not later than May 1, 2015. Telephone questions will not be accepted. Offers for the items(s) described above are due by May 14, 2015 to susan.j.wall@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), 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.na sa.gov/Services/NEFS/NEFSHome.tml Selection and award will be made on an aggregate basis 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 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK15540878Q/listing.html)
 
Record
SN03712751-W 20150430/150428234931-b5fb6791704feef980cbe4c689cd2b03 (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.