Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20, 2001 PSA #2791
SOLICITATIONS

43 -- VACUUM PUMPS

Notice Date
February 15, 2001
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
ZIP Code
23681-0001
Solicitation Number
1-075-RCE.1188
Response Due
February 28, 2001
Point of Contact
Evangeline G. Poulson, Purchasing Agent, Phone (757) 864-2433, Fax (757) 864-6131, Email E.G.POULSON@larc.nasa.gov -- Susan E. McClain, Contracting Officer, Phone (757) 864-8863, Fax (757) 864-9775, Email s.e.mcclain@larc.nasa.gov
E-Mail Address
Evangeline G. Poulson (E.G.POULSON@larc.nasa.gov)
Description
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). One each of vacuum pump with a first stage dry lobe blower assembly having a displacement capacity of 400 CFM, direct driven 2 horse power at 3600 rpm closed coupled TEFC drive system. Inlet port to be (4") four-inch inlet flange, with (8) 5/8"-11 tapped holes on a 7 1/2" bolt circle. The dry stage should virtually eliminate backstreaming of mechanical pump oil from the second stage mechanical pump. Blower to be mounted on a piping elbow connected to the inlet of the second stage mechanical pump. A second stage 300-CFM oil sealed, rotary piston mechnical pump, belt driven by a 10-horse power at 1800-RPM ODP drive system. The belt guard is fully enclosed. Gas ballast valve to be sized to handle water vapor up to 15 lbs. per hour at 30 torr inlet operating pressure. Pump to be operated from atmosphere to 0.5 microns. Standard electrical utility requirement of 230/460 Vac, 60 hertz, 3 phase. The following vacuum accessory equipment shall be included. Second stage pump equipped with an oil mist separator mounted on the exhaust outlet, water temperature regulator solenoid to reduce water usage installed on pump, wall mounted control panel to include motor starters, 100 vac current transformer and all fuses housed in NEMA-12 dust tight panel. Also included are push buttons for actuating the second stage pump, and a selector switch to allow operation of the second stage pump without the first stage pump, oil purifier for filtering the second stage rotary piston, mechanical vacuum pump. System to be sized for the second stage vacuum pump (300 CFM), and provide filtration drown to 3 microns. System should be complete with pressure relief valve, pressure gauge, isolation valves, 2 hoses (supply & return) with all fitting to couple to pump system, filter media is to be cellulose pleated paper type, inline intake particulate filter, with low pressure drop and sized for 330-CFM operation. The system should contain a high temperature (4500f) glasstex filter media that will filter out debris to 4 microns. The inlet and outlet should be 4-inch flange with 1/8" NPT vacuum gage connections on both. Filter canister to be O-ring sealed lid design for full vaccuum operation and ease of filter change. Vaccuum system pumping speed should be a minimum of 330 CFM at 30 torr inlet operating pressure. Peek pumping speed of 370 CFM at .05 torr and a blankoff pressure of .0005 torr. Maximum system noise level at blank-off 79 dBa. Vacuum system total weight not to exceed 40 lbs. per square foot. The provisions and clauses in the RFQ are those in effect through FAC 97-22. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333912 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 LaRC is required within 45 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 4:30 p.m. close of business on 2/28/0l, and may be mailed or faxed to Gale Poulson, NASA, LaRC, MS/126, Hampton, VA 23681 or fax number (757) 864-6881 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: 52.219-6, 52.211-17, 52.227.19, 1852.215-84, 1852.211-70. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.225-13, 52.233-3, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 5222-37, 52.225-3, Alternate I, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS 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 02/23/01. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, 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 NASA Specific 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=23 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.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-075-RCE.1188)
Record
Loren Data Corp. 20010220/43SOL004.HTM (D-046 SN50D833)

43 - Pumps and Compressors Index  |  Issue Index |
Created on February 15, 2001 by Loren Data Corp. -- info@ld.com