SOLICITATION NOTICE
16 -- CHROMALOX CIRCULATION HEATERS AND HEATER CONTROLLERS - Chromalox Heaters and Controllers
- Notice Date
- 4/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK16584636QQ
- Archive Date
- 5/21/2016
- Point of Contact
- Lynn E. Rafford, Phone: (321) 867-7364
- E-Mail Address
-
lynn.e.rafford@nasa.gov
(lynn.e.rafford@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Chromalox Heaters and Controllers 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. IMPORTANT NOTE: All contractors wanting to do business with the Government must be registered in the Federal System for Award Management (SAM) Database. Lack of registration in the SAM Database will make an offeror ineligible for award. To register your company please go to http://www.sam.gov or call 888-227-2423. 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. This notice is being issued as Request for Quotations (RFQ) for: ITEM NO. 1: Chromalox Circulation Heater Part Number NWHXXB-15-015P-E2SSTXX Quantity/Unit - 5 Each. Same as PN 500301044 except E2 Stainless Steel Enclosure (NEMA 4X) and Weathertight Stainless Steel insulation jacket with RTV seal. 480V 15KW 1-3P 9WPSI 6" 300# 316SST Chamber (15) 0.475" Diameter 316 SST Elements with Epoxy Seal 1" MNPT Inlet/Outlet Connections CL-CL = 38.25" E2SST Corrosion/Moisture/Explosion Resistant Enclosure Type 'K' Overtemp T/C Type 'J' Process T/C On Outlet Weathertight Stainless Steel Insulation Jacket w/ RTV Seal ASME Designed and Certified to 500PSIG @ 0/160*F Process Medium: R-124A Refrigerant. ITEM NO. 2: Chromolox Heater Controller Part Number 4419-43080 Quantity/Unit - 5 Each. 480V 15KW 3P 1 Circuit 18A NEMA 4 Contactor Panel Purged For Class 1 Div. 2 4040 Process Controller 4050 Overtemp Controller Power On Light GFI Current Unbalance Detection Overtemp Alarm Remote Shutdown E-Stop. FAR Clause 52.246-15 - Certificate of Conformance applies to this procurement. Offerors shall submit with their quote detailed copies of their warranties for each offered item. Brand Name Justification for Chromalox brand products: The brand name products are required to be manufactured by Chromalox as their Circulation Heater and Heater Controller are the only known products that would ensure full compatibility with the NASA Kennedy Space Center Universal Coolant Transporter System physical and performance characteristics. Use of a different brand 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. The provisions and clauses in the RFQ are those in effect through FAC 2005-87-2. 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 Kennedy Space Center in Florida is required within 60 days after receipt of order. 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 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 lynn.e.rafford@nasa.gov not later than May 02, 2016. Telephone questions will not be accepted. Offers for the items(s) described above are due by May 06, 2016 to lynn.e.rafford@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/NNK16584636QQ/listing.html)
- Place of Performance
- Address: NASA/John F. Kennedy Space Center, Florida 32899-0001, Kennedy Space Center, Florida, 32899-0001, United States
- Zip Code: 32899-0001
- Zip Code: 32899-0001
- Record
- SN04096654-W 20160429/160427234144-8b44a76202c01931eb945ef3008d3384 (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 |