Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413

NASA/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