Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,2000 PSA#2531

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

47 -- VACUUM CHAMBER EXTENSION SPOOLS SOL 8-1-0-S7-C6308 DUE 022300 POC Glynda H. Meeks, Contracting Officer, Phone (256) 544-0422, Fax (256) 544-0187, Email glynda.meeks@msfc.nasa.gov -- Glynda H. Meeks, Contracting Officer, Phone (256) 544-0422, Fax (256) 544-0187, Email glynda.meeks@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#8-1-0-S7- C6308. E-MAIL: Glynda H. Meeks, glynda.meeks@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). Item 1: Vacuum Chamber Extension Spools, shall consist of the following: A: 4' + diameter x 8' long stainless steel vacuum cylinders with six penetrations and support stands. QTY (2) B. 4'+ diameter end caps with 20" penetrations. QTY (2) C. 4'+ diameter end caps without penetrations. QTY (2) D. 11" OD stainless steel blank flange covers with o-rings and bolting hardware. QTY (12) E. 27 =" OD stainless steel blank flange cover with o-ring and bolting hardware. QTY (2) F. Carriage assemblies for item B. QTY (2) G. Carriage assemblies for item C. QTY (2) H. Test results for each cylinder and end cap pair All items shall be in accordance with the following statement of work/specifications. NOTE: Sketches identified in "A. Description" may be obtained by submitting an e-mail or faxed request to Glynda H. Meeks, e-mail address/fax number shown below. I. GENERAL REQUIREMENTS A. DESCRIPTION Two vacuum chamber extension spools will be procured for use at the NASA/MSFC X-ray Calibration Facility (XRCF). These spools shall consist of two stainless steel horizontal cylindrical sections and four endcaps. The spools shall interface with each other and an existing vacuum chamber at the XRCF to create one long vacuum chamber. They shall also be able to stand alone (by using the four endcaps) to create two smaller vacuum chambers should the need arise. The overall dimensions of each individual cylinder shall be 48" diameter x 96" long. The integral support stand shall be of a low profile design so that the cylinder centerline is approximately 31.5" above the floor. Each cylinder's (and end cap's) interior surface shall be 120 grit polished (or bead blasted if an acceptable vacuum-compatible surface finish is achieved). The exterior surfaces shall be of an attractive surface finish. O-ring grooves and sealing surfaces shall be 32 microinch rms finish or better. The cylinders and end caps shall be designed to withstand the vacuum loading. Stiffening rings/supports shall be added as necessary. Each cylinder shall have six penetrations. These penetrations are to be 8" tube half-nipples. The ASA-type flange OD is 11" and should be nominally 4" from cylinder wall and should have an o-ring groove. The orientation and location of each penetration is called out on the attached sketch. Blanks (blinds), o-rings, and bolts shall be provided for each penetration. Two cylinder end caps shall have a centerline-mounted 20" ASA flange type nozzle (27 = " OD) with a 20 =" ID o-ring groove. The other two end caps shall have no penetrations. The end caps shall be easy to install and remove. Each end cap shall have its own wheeled carriage and be capable of being lifted from a single point above the center of gravity. The carriages for the end caps with the 20" nozzle shall be capable of carrying the additional load of a 20" stainless steel gate valve and a 20" cryopump (1100 lbs total). Each end cap carriage shall include an elevation adjustment and a pitch angle adjustment for the end cap (a three point hitch type design will suffice). B. DIMENSIONS The dimensions specified in this statement of work are approximate. Actual dimensions shall be provided by the contractor for review prior to fabrication. C. INTERFACES The two cylinders shall interface with each other end to end. The cylinders shall also interface with the existing vacuum chamber at the XRCF. The description of the sealing surface and o-ring groove on the existing vacuum chamber are provided in the sketch. The method of joining cylinder-to-cylinder and cylinder-to-end cap shall be interchangeable and easily aligned and fastened. D. FABRICATION The fabrication techniques employed shall be consistent with standard practices of fabrication for vacuum service. E. CLEANINESS The cylinders and end caps shall be detergent washed and alcohol dried following polishing (blasting) and shall be maintained in this clean condition during shipment. Shipping with all penetration covers and end caps bolted in place should suffice. F. TESTING Each cylinder and end cap pair shall be helium mass spectrometer leak tested and shown to have a total leak rate of less than 2 x 10-8 atm-cc/sec with a sensitivity of 1 x 10-9 atm-cc/sec. Test results shall be submitted with the delivery of the cylinders. II. DESIGN SUBMITTAL/REVIEW/APPROVAL A set of design drawings with detailed proposal shall be submitted to the government for review/approval prior to fabrication. III. SCHEDULE Design shall be completed for review within 45 days after award. Delivery shall be 165 days after award. The provisions and clauses in the RFQ are those in effect through FAC 97-14. 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 3844 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 165 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 COB February 23, 2000 and may be mailed or faxed to the identified point of contact 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 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 52.212-4 are as follows: NFS 1852.246-71, FAR 52.204-4, 52-211-15, and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.222-21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.225-3, 52.225-34. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than February 11, 2000. 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". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62 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/nasanote.html Posted 02/03/00 (D-SN421510). (0034)

Loren Data Corp. http://www.ld.com (SYN# 0228 20000207\47-0002.SOL)


47 - Pipe, Tubing, Hose and Fittings Index Page