|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413NASA/George C. Marshall Space Flight Center, Procurement Office,
Marshall Space Flight Center, AL 35812 48 -- GASEOUS NITROGEN CONTROL VALVE SOL 8-1-9-21-C4647 DUE 091399 POC
Barbara L. Kent, Contract Specialist, Phone (256) 544-0353, Fax (256)
544-8688, Email barbara.kent@msfc.nasa.gov -- David. G. Morgan,
Contracting Officer, Phone (256) 544-0410, Fax (256) 544-8688, Email
david.morgan@msfc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/MSFC/date.html#8-1-9-21-C4647. E-MAIL: Barbara
L. Kent, barbara.kent@msfc.nasa.gov. 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; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). Gaseous Nitrogen
Control Valve GN2 -- quantity (1) each. Maximum inlet pressure of 6,000
PSI. Maximum outlet pressure of 6,000 PSIG. Body Size: 4. Body Type:
Angle. End Connections: Grayloc GR 31. Body Material: 316 S.S.
(non-welded). Trim Material: Teflon and 316 S.S. Type of Actuator:
Electro-Hydraulic Moog Servo Model 730 or equal. 4-20 MADC input to
servo. Operating Pressure of Actuator: 2500 PSIG utilizing type 5606
hydraulic fluid. Leakage: Ansi Class IV. Operating Temperatures: 5 to
+100 degrees F. Valve shall be sized to flow 100 LB/SEC GN2 with a
supply pressure of 2000-4000 PSIG. Valvewill have a response time of
less than 1 second from full close to full open. Feedback Position
Indicator: The valve stem position feedback device shall be a collins
linear variable differential transformer or equal installed in a NEMA
7 thru 9 enclosure. Valve shall have microswitches for full open and
close indicator mounted within a class 1 group B electrical enclosure
and equipped as follows: 1) Internal modulator/demodulator (DCDT); 2)
22 MA MAX. at 24 volts excitation; 3) Dielectric strength 500 volts
D.C. between windings and case; 4) 65 Deg. F to 250 Deg. F temperature
range; 5) Zero null voltage; 6) Linearity: 1 percent of full stroke;
7) Scale factor 10 +/-1 VDC/IN. (no load); 8) 24 volt DC input; 9) 24"
leads, red & black input, yellow & blue output; and 10) Yellow is
positive with respect to blue when probe is at the end of the stroke
nearest the leads. The provisions and clauses in the RFQ are those in
effect through FAC 97-12. 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 3494 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. Delivery to MSFC is
required within 30 days ARO. Delivery shall be FOB Destination. The
DPAS rating for this procurement is DO-C9. Quotations for the items(s)
described above are due by close of business (COB) September 13, 1999
and may be mailed or faxed to Barbara Kent, PS22-E, MSFC, AL 35812 or
faxed to (256) 544-8688 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
are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation.
Quoters shall provide the information required by FAR 52.212-1. 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 52.2l2-3 may be obtained via the
internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR
52.212-4 is applicable. Addenda to FAR 52.212.1 are as follows: MSFC
52.23-91, NFS 1852.211-70, 1852.215.71 and 1852.215-84. Reserve
paragraph(s) (d),(e),(f),(h &(i) in 52.212.1. FAR 52.212-5 is
applicable and the following identified clauses are incorporated by
reference. 52.222.26, 52.222-35, 52.222-36, and 52.225.3. Questions
regarding this acquisition must be submitted in writing no later than
September 3, 1999. Selection and award will be made on an aggregate
basis to the lowest priced, technically acceptable quoter. Technical
acceptability will be determined by information submitted by the quoter
providing a description in sufficient detail to show that the product
quoted meets the Government's requirement. 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". Prospective quoters shall
notify this office of their intent to submit a quotation. It is the
quoter's responsibility to monitor the following Internet site for the
release of amendments (if any):
http://procurement.nasa.gov/EPS/MSFC/class.html Potential quoters will
be responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). Any referenced notes can
be viewed at the following URL:
http://genesis.msfc.nasa.gov/nasanote.html Posted 08/17/99
(D-SN369138). (0229) Loren Data Corp. http://www.ld.com (SYN# 0313 19990819\48-0002.SOL)
48 - Valves Index Page
|
|