Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163

NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135

66 -- ENVIRONMENTAL CHAMBER SOL 3-108503 DUE 090298 POC Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756, Fax (216) 433-5489, Email Marilyn.D.Stolz@lerc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LeRC/date.html#3-108503. E-MAIL: Marilyn D. Stolz, Marilyn.D.Stolz@lerc.nasa.gov. ENVIRONMENTAL CHAMBER FOR SIMULTANEOUSLY CONTROLLING TEMPERATURE PRESSURE AND HUMIDITY * 1 EACH * (PER THE FOLLOWING SPECIFICATIONS) GENERAL SPECIFICATIONS FOR PRESSURE/TEMPERATURE/HUMIDITY TEST CHAMBER General Synopsis of Requirements: The test chamber described in the following specification shall be capable of fully automated, programmable, simultaneous variable control of pressure, temperature, and humidity. It must be a self-contained unit where the only externally supplied resources are water and 208V power. The test chamber must be capable of maintaining steady state, near-maximum output conditions (according to specifications below) for a period of 1000 hr in duration without user intervention or maintenance. The maximum output conditions include pressure: 6 atm, temperature: 165 0C, and relative humidity: 99%. The chamber must be equipped with a programmable microprocessor-based temperature, pressure, and humidity controller(s) allowing both setting and continuous digital indication of all thevariables. 2) The controller(s) shall be integrally mounted within the overall unit and shall be mounted on the same face as the door of the pressure vessel. 3) The controller/programmer must consist of solid state circuitry, as opposed to relay type circuitry. Recorders and Variable Indicators: 1) A two pen analog recording device to provide a permanent record of humidity and temperature conditions within the chamber for time periods up to 7 days (168 hr) must be included as an integral part of the unit. 2) The digital readout/indicators for pressure and temperature shall read in conventional units of psig and 0C or 0F. The humidity indicator shall read in percent relative humidity. 3) The unit shall also include an analog gage for pressure indication. Overall Dimensions: The overall width of the unit shall not exceed 38" and the overall footprint of the unit shall not exceed 38" x 60" (width x depth). Pressure and Vessel Details: 1) The vessel housing and interior must be constructed of electropolished non-corrosive materials (e.g., high grade stainless steels) for maximum corrosive protection. 2) All surfaces within the vessel (e.g., shelving, baffles, ..) must be constructed from electropolished non-corrosive materials. 3) The minimum interior size shall be 22" x 35" (diameter x depth). The door opening shall be a minimum of 22" in diameter. 4) The vessel shall be ASME pressure vessel specification approved to a minimum of 100 psig (6.8 atm). 5) The maximum steady state pressure capability of the unit must be no less than 88.2 psig (6 atm). Temperature: Range : 1040C to 1650C (220 0F to 330 0F) Uniformity: 1 0.5 0C (1 1 0F) throughout vessel Stability: 1 0.50C (1 1 0F) or better over full range for 24 hr period Humidity Capabilities: Range: 50% to 99% relative humidity Uniformity: 1 1% relative humidity throughout vessel Stability: 1 1% relative humidity or better over full range for 24 hr period Safety Features: 1) In the case of an over-temperature event, the test chamber shall have the following minimum safety features: a) an audible alarm b) a visible indicator c) immediate automatic de-energizing of the heating system. 2) In the case of an over-pressure event, the test chamber shall have the following minimum safety features: a) an audible alarm b) a visible indicator. 3) The vessel shall feature an ASME approved pressure release valve to release internal pressure in excess of the vessel rating. 4) The test chamber shall feature a series of operation indicator lights to inform the user of the current state of the chamber. This shall include lights to indicate the following conditions: a) Stand-by b) Active ramp c) Exhausting d) Testing e) Test complete. 5) At test completion, the pressure should be automatically relieved. Key Performance Criteria: 1) The test chamber shall be capable of ramping from ambient (25 0C) to maximum temperature (165 0C) at 99 % relative humidity in a time that shall not exceed 1 hr while maintaining the criteria established for temperature and humidity uniformity. 2) The test chamber shall be capable of cooling from 135 0C to 50 0C in a time not to exceed 1.5 hr. Water Management: All water management, including filling and draining, shall be fully automated. Power Requirements: 1) The test chamber shall operate off of 208 V / 1-Phase / 60 Hz. 2) The test chamber shall be capable of achieving and maintaining the specified maximum operating parameters on 208V / 1-Phase / 60 Hz. The provisions and clauses in the RFQ are those in effect through FAC 97-3. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3569 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Quotations for the item(s) described above may be mailed or faxed to the identified point of contact, or bid distribution office, by the date/time specified and 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. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 212-1 are as follows: If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act-Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.212-3 may be obtained via the internet at URL: http://www.ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merit, price and past performance; other critical requirements (i.e. delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items, with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B" 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). See Note(s) Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm Posted 08/18/98 (D-SN238526). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0369 19980820\66-0012.SOL)


66 - Instruments and Laboratory Equipment Index Page