Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS

A -- QUICK ACCESS ROCKET EXHAUST SYSTEM

Notice Date
July 3, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
3-175136
Response Due
July 19, 2001
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756, Fax (216) 433-5489, Email Marilyn.D.Stolz@grc.nasa.gov
E-Mail Address
Marilyn D. Stolz (Marilyn.D.Stolz@grc.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). This notice is being issued as a Request for Quote (RFQ) to design and build a quick access rocket exhaust (QARE) system consisting of the following: (1) a protype rig to simulate a rocket engine propulsion environment requiring a hydrogen/oxygen burner to output 100 BTU/IN2-S, all controls required for safe operation, and gas storage & delivery system, (2) drawings and manuals including but is not limited to user, system, troubleshooting, and maintenance, and (3) two days of support shall be provided at the NASA Glenn Research Center within 2 weeks of delivery during installation of the prototype. The specifications for the system are as follows: TECHNICAL REQUIREMENTS: The Contractor shall design, build, and test-fire a prototype low pressure H2/O2 test rig. Both rich and lean gas mixtures are required, producing a heat flux no less than 100 btu/in2-s over a heated zone of 2-3" in diameter. The burner shall exhaust to atmosphere, allowing for attachment of test packages, instrumentation, and future expansion. The prototype QARE rig shall be a bench design of tabletop height, self contained within a chassis that shall be bolted to the test cell floor. The chassis frame shall contain all the operational components, including the burner controller, and the torch will be mounted on the top of the chassis (36"-48" height) at one end. The entire protype shall be limited to 24 sq. ft of floor space. Hydrogen and oxygen shall be supplied to the burner rig from compressed gas cylinders located in a NASA prepared outside storage area. Accordingly, the Contractor shall provide the fuel distribution system to be installed in this storage area. The distribution system is defined as all regulators, supply valves, manifolds, and/or changeover units necessary to deliver the required gas flows. The rig shall operate from a NASA provided remote control panel located in an adjacent control room. Once constructed and delivered, the QARE rig and fuel distribution system shall be installed and connected, both electrically and mechanically, to both the remote control panel and fuel supply sites. The Contractor shall not be required to provide installation or connections. SPECIFICATIONS: Any systems capable of being considered shall at minimum consist primarily of a hydrogen/oxygen burner supplied by four (two sets) control valves. In addition, 3-way valves are used to switch between the two sets of valves, allowing for instantaneous step changes between preset hydrogen-lean and hydrogen-rich gas mixtures. A pilot torch, ignitor, flame detector, and nitrogen purge is also included along with the necessary flow meters, regulators, and solenoid valves. Specifics include: 1. Burner shall be surface-mixed allowing fuel mixture to combust on the burner head surface, fabricated from heat resisting alloy materials with a minimum of 1,000 hours burner life. 2. Gas pressures shall be up to 45 psi hydrogen and 25 psi oxygen. 3. Gas flows required to produce 100 btu/in2-s. 4. Main gas valves provided directly upstream of burner, separate of control valves, for quick shutoff. 5. Pilot torch complete with ignitor and separate control valves. 6. Flame detector to read both pilot and main torch. 7. Automated ignition, control, and turn-key operation from remote location of 50 to 100 feet away. A programmable controller is required to allow for safe operation of the multiple control valve configuration required for operations ranging between low fire ignition, lean burn ramping, and instantaneous step changes from lean to rich burn operation of burner. Controller shall be responsible for checking permissives from all NASA provided safety interlocks including (2) hydrogen gas detectors, CO2 flood system, fresh air intake and ventilation system, as well as test cell door limit switch. Controller shall interface with NASA provided control panel. Inputs to be received from the control panel include 110V power supply; requests for ignition, 3-way switching, and shutdown; and input signals to control valves. 8. Setup for Government supplied bottled fuel storage and supply. Hydrogen and oxygen shall be supplied to the QARE rig from compressed gas cylinders located in a NASA prepared outside storage area. Accordingly, the Contractor shall provide the fuel distribution system to be installed in this storage area. The distribution system is defined as all regulators, supply valves, manifolds, and/or changeover units necessary to deliver the required gas flows for a minimum of 1 hour continuous operation. The Contractor shall designate the quantity of fuel(number of cylinders)required. 9.Flow meters for both hydrogen and oxygen with outputs to NASA provided control panel. 10.Nitrogen purging system, complete with solenoids and check valves, to purge main torch in case of a no light situation. Nitrogen purge shall also be capable of purging entire system during bottle supply change out. 11.Appropriate regulators for hydrogen, oxygen, nitrogen, and shop air connections. DESIGN CONCEPT AND PRELIMINARY DESIGN: 1. Design concept to accompany quotation. 2. Design review held with the NASA Glenn Research Center technical representative prior to buildup. The NASA Glenn Research Center reserves the right to approve and/or make changes. 3. Preliminary drawings are required by the 8th week. TEST FIRE: The Contractor shall test fire the system at their facility prior to delivery to NASA. The Contractor shall inform NASA of the date(s) the system is to be test fired at least 2 weeks prior to the test firing so that NASA or the NASA designated representative can be in attendance to witness the test. The test firing shall demonstrate that all requirements shown above are met. The Contractor shall furnish all necessary fuels etc. required to perform the test firing. INSTALLATION: Once the stand alone QARE rig and gas distribution systems have been delivered by the Contractor, the chassis will be secured to the test cell floor by the Government. Inside the test cell, permissives for 2 hydrogen gas detectors, the air intake, exhaust ventilation, and the CO2 flooding shall be connected to the rig. The electrical connections between the control panel and the rig shall also be made. Outside the test cell, the Contractor supplied hydrogen and oxygen distribution systems shall be installed in the prepared storage areas. The nitrogen supply and purge system shall also be installed here. From these areas, appropriate piping shall supply the gases to the rig. The Contractor is not required to perform installation, piping, or electrical connections. The Contractor will provide 1 technical representative knowledgeable in the design and operation of the prototype to aid in installation through consultation on-site within 2 to 4 weeks after delivery. The actual date will be agreed upon per mutual agreement between the Government and the Contractor. Operational sequence of events to be provided, along with specifications of components and schematic of assembled system, at the time of quotation. The provisions and clauses in the RFQ are those in effect through FAC 97-26. The NAICS Code and the small business size standard for this procurement are 336415 and 1000, 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 NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 84 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 July 19, 2001 4:30 pm local time and may be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-306, Cleveland, OH 44135 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. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C. 3553). (b)The Contractor shall comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 52.222-21, Prohibition of Segregated Facilities,52.222-26, Equal opportunity (E.O. 11246), 52.222-35, Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities(29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies (41 U.S.C. 10a -- 10d), 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C. 10a -- 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129), 52.225-15, Sanctioned European Union Country End Products (E.O. 12849), 52.225-16 Sanctioned European Union Country Services(E.O. 12849, and 52.232-34, Payment by Electronic Funds Transfer -- Other Than Central Contractor Registration (31 U.S.C. 3332). 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 Award will be based upon overall best value to the Government among those offers that meet the tecnical specifications shown above. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to demonstrate their technical approach concerning how they plan to perform the requirements. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and the best value criteria are essentially equal in importance. The offeror is encouraged to address the best value criteria shown below as part of their offer. The following best value criteria will be considered for this procurement. Experience: an offeror that demonstrates that it has proven custom designs and fabricated equipment utilizing torch systems and offeror that demonstrates that it has a proven history with gas supply, regulating, and changeover systems within the last 3 years. Cite prior contracts, describing what was performed and provide points of contact. Delivery schedule: an offer to perform the requirements in less than 84 days. Past performance: demonstration that prior contracts were performed on schedule (provide contract number and point of contact). 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=22 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=22#3-175136)
Record
Loren Data Corp. 20010706/ASOL009.HTM (D-184 SN50Q838)

A - Research and Development Index  |  Issue Index |
Created on July 4, 2001 by Loren Data Corp. -- info@ld.com