Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1997 PSA#1965

NASA/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