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