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