COMMERCE BUSINESS DAILY ISSUE OF MAY 3, 2001 PSA #2843
SOLICITATIONS
17 -- HYDROGEN AND OXYGEN SENSORS
- Notice Date
- May 1, 2001
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- 78574
- Response Due
- May 11, 2001
- Point of Contact
- Stephen Floyd Paglialonga, Contract Specialist, Phone (321) 867-3357, Fax (321) 867-2825, Email Stephen.Paglialonga-1@ksc.nasa.gov -- David D. Reeves, Contracting Officer, Phone (321) 867-3999, Fax (321) 867-1029, Email David.Reeves-1@ksc.nasa.gov
- E-Mail Address
- Stephen Floyd Paglialonga (Stephen.Paglialonga-1@ksc.nasa.gov)
- Description
- NASA/KSC plans to issue a RFI(Response for information) via the internet, on or about May 1, 2001. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition (see description below). Prospective offerors are invited to sumbit comments or questions to: Paul Mogan at (321)867-8574, no later than 4:30pm EST on May 11, 2001. In responding reference number 78574. Comments may be forwarded to Paul Mogan via electronic transmission at Paul.Mogan-1@ksc.nasa.gov or by facsimile transmission at (321)867-1177. This solicitation/synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Respondents will not be notified of the results of the review. Any questions regarding this announcement should be directed to the identified point of contact. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?group=C&pin=76 It is the offeror's responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Description NASA/KSC is hereby soliciting information for potential sources for hydrogen and oxygen sensors. This may be one sensor package for both gases or separate sensors for each. Vendors having sensors for only one of these commodities may also respond to this solicitation. These sensors are intended for the detection of hydrogen and oxygen leaks around the Space Shuttle main engines and propellent umbilicals and as such must be small, rugged, self-contained sensors capable of withstanding launch environments. They are not intended to be space flight hardware. Intrinsically safe or hazard proofed (Class I Division 1 Group B) sensors are preferred but this is not a requirement. Other desired performance characteristics are as specified in the following paragraph. Detection range 0 to 40,000 parts-per-million by volume (PPM), 0 to 60,000 PPM is desirable. Accuracy of +/- 5 percent of reading or +/- 1,000 PPM, whichever error is greater. Short term zero drift (for 12 hours of operation) less than 100 PPM. Short term span drift (for 12 hours of operation) less than 100 PPM. Response time to 90 percent of a step change in concentration less than 30 seconds. Calibration cycle greater than 100 days. Note that zero drift, span drift and calibration cycle do not preclude sensors that self-calibrate. Sensors must respond to hydrogen or oxygen without regard to the presence or absence of nitrogen, helium, humidity, hydrogen or oxygen. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sties for the release of any solicitation or synopsis. Vendors having currently available commercial products or prototypes suitable for testing are invited to submit appropriate documentation, literature, brochures, and references, as well as the following information: name and address of firm and point of contact information for applications questions. Commercial sensors or prototypes may also be submitted for evaluation by the Government at no cost to the Government. A commercial item is defined in Internet "Note A". This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. THE FOLLOWING IS INCLUDED FOR REFERENCE AND IS A STANDARD NOTE ON THE INTERNET SITE FOR RFP'S. NASA-Specific Numbered Notes CBDNet Numbered Notes The following list shows a description of NASA-specific numbered notes listed in the Commerce Business Daily (CBD) Announcements. A. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined as follows: (1) Any item, other than real property, that is of a type customarily used for nongovernmental purposes and that: (a) Has been sold, leased, or licensed to the general public, or (b) Has been offered for sale, lease, or license to the general public; (2) Any item that evolved from an item described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in time to satisfy the delivery requirements under a Government solicitation; (3) Any item that would satisfy a criterion expressed in paragraphs (1)and (2) of this definition, but for -- (a) Modifications of a type customarily available in the commercial marketplace; or (b) Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Government requirements. Such modifications are considered minor if the change does not significantly alter a commercial item's function or essential physical characteristics. Minor is not defined by the specific dollar value or percentage basis of the change; (4) Any combination of items meeting the requirements of paragraphs (1),(2), (3), or (5) of this definition that are of a type customarily combined and sold in combination to the general public; (5) Installation services, maintenance services, repair services, training services, and other services if such services are procured for support of an item referred to in paragraphs (1), (2), (3), or (4) of this definition, and if the source of such services -- (a) Offers such services to the general public and the Federal Government contemporaneously and under similar terms and conditions; and (b) Offers to use the same work force for providing the Federal Government with such services as the source uses for providing such services to the general public; (6) Services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market price for specific tasks performed under standard commercial terms and conditions. This does not include services that are sold based on hourly rates without a fixed catalog price for a specific service performed; (7) Any item, combination of items, or service referred to in paragraphs (1) through (6), notwithstanding the fact that the item, combination of items, or service is transferred between or among separate divisions, subsidiaries, or affiliates of a contractor; or (8) A nondevelopmental item, if the procuring agency determines that the item was developed exclusively at private expense and has been sold in substantial quantities, on a competitive basis, to multiple State and local governments. You are requested to advise if you currently provide goods or services to the general public that coincide with this definition and provide literature which you believe meets or can be modified to meet the description. Further, if the requirement is considered to be commercial, provide any standard commercial terms and conditions, including any quality assurance practices that would normally apply to this requirement. B. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with any ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer or as specified elsewhere in this document. The Ombudsmen for each of the NASA installations and for the agency and their phone numbers are available at the following URL: http://ec.msfc.nasa.gov/hq/library/Omb.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=76#78574)
- Record
- Loren Data Corp. 20010503/17SOL003.HTM (D-121 SN50K7J6)
| 17 - Aircraft Launching, Landing and Ground Handling Equipment Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|