|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1997 PSA#1965NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 48 -- VALVE ASEMBLY SOL 3-088841 DUE 112197 POC Adele C. Szuhai,
Purchasing Agent, Phone (216) 433-8784, Fax (216) 433-2480, Email
Adele.C.Szuhai@lerc.nasa.gov WEB: Click here for the latest information
about this notice,
http://procurement.nasa.gov/EPS/LeRC/date.html#3-088841. E-MAIL: Adele
C. Szuhai, Adele.C.Szuhai@lerc.nasa.gov. Valve Assembly shall include
valve, actuator, positioner & position transmitter fully assembled per
specifications as follows: A. SCOPE -- The pneumatic globe valve with
a position feedback transmitter described here-in will be used to
throttle an air flow. Valve inlet pressures will be as high as 1250
psig at 550 degrees F. B. VALVE 1. The valve will be used for air
service in the temperature range of ambient to 550 degrees F. The
environment temperature will be ambient. 2. The maximum shut-off
differential pressure shall be 1250 psid at the above temperature
range. 3. When installed in parallel with an existing 4 inch control
valve with a Cv of 145, shall pass with a combined total air flow of
47.7 pps and steam flow of 20 pps at a minimum inlet pressure of 410
psig, temperature of 550 degrees F, and outlet pressure of 200 psig.
(Shall have a flow coefficient of at least 500 at full open). 4. Shall
have linear trim. 5. Valve shall have a minimum rangeability of 50 to
1. 6. The valve seats shall have an ANSI B16.104 class 3 shut-off as
a minimum. 7. The valve bodies and flanges shall have an ANSI class 900
rating. 8. The valve shall mate with an 8 inch 900 lb ANSI flanges. 9.
The valve body and seat shall be 316 stainless steel. The valve plug
and stem shall be 17-4 PH stainless steel. 10. Valve shall have a 316
stainless steel high capacity noise abatement trim to limit the noise
level to 102 dba maximum 3 feet downstream and 3 feet away from the
valve when the valve is operating at the condition defined in
specification B.3 Maximum noise level shall be for an uninsulated
valve. 11. The valve shall have a permanent tag showing. a. Maximum
working pressure b. Maximum operating temperature. c. Maximum Cv and
type of trim d. Full valve model number and serial number C. Pneumatic
Actuator 1. The actuator when supplied with 100 psig air shall stroke
the valve full stroke with a 1250 psi differential pressure across the
valve seat. 2. The actuator shall provide full valve travel. 3. The
actuator shall have a positioner. A 3-15 psig signal to the position
shall stroke the valve from full closed to full open. D. Position
Feedback Assembly 1. Position feedback shall be provided by a position
transmitter with a 4-20 ma output. 2. The position transmitter shall
be enclosed and easily removable for servicing. E. Documentation 1.
Documentation shall include a mechanical drawing with overall
dimensions for the valve assembly, and manuals for the position
transmitter and valve. Included in the manuals, as a minimum, shall be
descriptive information showing an assembled picture of each component
and how it operates, and electrical schematics showing how the position
transmitter is wired to the electrical receptacles. MFR: Masoneilan
#71-41512 or fully equal. If other than the brand name identified is
quoted, then the quoter shall indicate the manufacturer, brand, and
model/part number quoted and provide a description in sufficient detail
to show that the product quoted meets the specifications and brand name
identified in this notice. Delivery is to Cleveland, Ohio 44135. All
responsible sources may submit a quotation which will be considered.
This 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; proposals are being requested and
a written solicitation will not be issued. This solicitation and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-46. The Standard Industrial Classification Code
(SIC) for this procurement is 3494. The Small Business Size Standard is
500. This procurement is being conducted under the Simplified
Acquisition Threshold (SAT) portion of the Federal Acquisition
Streamlining Act (FASA). The following provisions apply to this
acquisition: 52.212-1 Instructions to Offerors -- Commercial; 52.212-4
Contract Terms and Conditions; and 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items. Offerors must include a completed copy of the
provision 52.212-3 Offeror Representations and Certifications --
Commercial Items (available at URL:
ftp://procure.msfc.nasa.gov/pub/reps_certs/sats/ with their offer. All
documents related to this procurement will be available via the NASA
Acquisition Internet Service (NAIS). The documents will resided on a
World Wide Web server, which may be accessed using client browsers,
such as MOSAIC or Netscape. The WWW address, or Uniform Resource
Locator (URL) of the Lewis Research Center Business Opportunities page
is http://procurement.nasa.gov/EPS/LeRC/class.html. EVALUATION
FACTORSAward shall be made on best value to the Government, with
consideration given to price, delivery, past performance, warranties
and other considerations of value. It is anticipated that an award will
be made within 10 business days after the date for submission of
quotes. It is the quoter's responsibility to monitor this site for the
release of amendments (if any). Potential quoters will be responsible
for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). Hard copies may be
obtained from the identified point of contact; however, the closing
date is as stated in this combination synopsis/solicitation, inclusive
of any amendments. In accordance with NASA FAR Supplement clause
1852.215-84, an ombudsman has been appointed to hear concerns from
offerors, potential offerors and contractors during the preaward and
postaward phases of this acquisition. HOWEVER, BEFORE CONSULTING WITH
ANY OMBUDSMAN, parties should first address their concerns, issues,
disagreements, and/or recommendations to the contracting officer
specified above for resolution. If resolution cannot be made by the
contracting officer, concerned parties maycall the installation
ombudsman, Dr. Julian Earls, at (216) 433-3014. Concerns and issues
which cannot be resolved at the installation may be referred to the
NASA ombudsman, the Deputy Administrator for Procurement, at (202)
358-2090. PLEASE DO NOT CONTACT THE OMBUDSMAN TO REQUEST COPIES OF THE
SOLICITATION, VERIFY OFFER DUE DATE, CLARIFY TECHNICAL REQUIREMENTS,
ETC. Requests of this nature should be made either to the contracting
officer or as specified elsewhere in this document. Quotes may be
submitted via the point of contact listed below. Any referenced
numbered notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. NUMBERED NOTES: 1 100% set
aside for small business concerns A Definition of Commercial Items
(0304) Loren Data Corp. http://www.ld.com (SYN# 0241 19971104\48-0005.SOL)
48 - Valves Index Page
|
|