Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 20, 2001 PSA #2897
SOLICITATIONS

34 -- HIGH TEMPERATURE FURNACE

Notice Date
July 18, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
182107
Response Due
July 30, 2001
Point of Contact
Carol K. Sharp, Contracting Officer, Phone (216) 433-2771, Fax (216) 433-2480, Email Carol.K.Sharp@grc.nasa.gov
E-Mail Address
Carol K. Sharp (Carol.K.Sharp@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). Hight Temperature Furnace, 1 ea. per the following specifications: The following specifications apply to a high temperature furnace (16500C/30000F) that will be integrated with a NASA supplied load frame and laser extensometer system. The furnace will include both a front door and back door, as well as a removable top viewing plug. This integrated test rig will permit high temperature mechanical testing of seals used in control surface and propulsion applications. Item Units Specification Notes Furnace -- General Temperature Required (0C) >=1650 (30000F) Testing Environment -- - Air Time to Heat Sample to 16500C (hrs) <4 Sample/fixture mass 25 kg Temperature Gradient across 4" Sample Length (0C) < 10 Heating Elements Kanthal Super 33 or equivalent 6/12 mm elements, 18 in. length (element heat length 15.8 in.) Insulation -- Low k-factor vacuum cast ceramic fiber insulation for service to 1650+0C -- - Required Minimum Chamber Useable Volume (in) 9 W x 14 D x 18 H Maximum Total Height (in) 33.5 Maximum Total Width (in) 23.5 Total Depth (in) 26.5 (nominal) Front & Back Door Access & Top Plug -- - Required Door Size (front and rear) (in) 9 W x 18 H Doors should completely swing away for full access Split Top Plug (for top viewing/access) (in) 8 W x 4 D Designed per NASA approval Top Plug Port Location -- - Centered on top Retainer Clips for Top Plug -- - Required Ensure secure fit of top plug Laser Extensometer System Ports (2 ea) (in) 0.25 W x 3 H Oriented across width, through thickness of furnace wall Laser Port Locations -- - tbd Ports for Push Rods -- Bottom (in, diam) 2.000 (nominal) Accommodates 2" SiC Rod Port for Thermocouples (in, diam) 0.75 Thermocouple Port Location -- - tbd Customer Approval Prints Supplied Prior to Production -- - Required Item Units Specification Notes Temperature Control System Temperature Control System Power Requirements -- - 480 VAC, 1 PH Temperature Controller, Power Supply, etc. in Self-contained Enclosure -- - Required Controller Output Compatible with Temperature Control System Input -- - Required Heating Element "Actual Current or Power" Display -- - Required Can be displayed on a secondary gage Controller Type -- - Eurotherm 2404(or equivalent) Sample Rate Hz 9.0 Calibration Accuracy (% of reading) 0.2 Resolution (0C) 0.167 For type B thermocouple 0-16500C Linearization Accuracy (%) None discernable Minimum Types of Thermocouples Supported -- - K, R, S, B Cold Junction Compensation -- - Required Tuning -- Auto calculation of PID and overshoot inhibition parameters, adaptive -- - Required Alarm Types -- Full scale (high/low), Deviation (high/low/band), rate of change -- - Required Display -- dual, 4 digit x 7 segment high intensity LED -- - Required Heater "Supply Current" Display -- - Required Number of User-defined Programs -- - 4 Number of Segments per Program -- - >=16 Guaranteed Soak/Hold Back Option -- - Required Ensures that timer is active only when at process variable setpoint Auto/Manual Button -- - Required Password Protection -- - Required Communications Protocol -- - RS 485, Euro bisynch Safety Interlocks as follows: -- - -- - High Temp. Safety Interlock -- - Required Low Cooling Water Flow Contact Switch -- - Required Oil Leakage Contact Switch -- - Required Thermocouples Controller Thermocouples Type -- - B, ungrounded Number of Controller Thermocouples -- - 2 (1 overtemp) Miscellaneous Replacement Split Top Plug Included -- - Required Full Set of Replacement Heating Elements Included -- - Required Mounting Hardware for Furnace to NASA Supplied Load Frame -- - Required Inquire with NASA for load frame column diameter Mounting Hardware for NASA Supplied Laser Extensometer System(Beta LaserMike Intelliscan 50) -- - Required Laser system will be mounted to NASA supplied load frame Stainless Steel Water Cooled Enclosure around Exposed Laser Beam from NASA Supplied Laser Extensometer System -- - Required Designed per NASA approval RS-485 Cable Supplied (ft) 15 One Day Installation/Training -- - Required Delivery Time (ARO) (wks) <=14 The provisions and clauses in the RFQ are those in effect through FAC 97-23. The NAICS Code and the small business size standard for this procurement are 334516 and 500 employees, 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 Glenn Research Center is required within 30 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 July 30, 2001 and may be mailed or faxed to Carol K. Sharp, Glenn Research Center,21000 Brookpark Road, Cleveland, OH 44135; FAX: 216-433-2480; 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. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 1999) (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 agrees to 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: [Contracting Officer shall check as appropriate.] _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). _X__ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. _X_ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii)___ Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program -- Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program -- Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X__ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _X_ (12) 52.222-26, Equal Opportunity (E.O. 11246). _X__ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X__ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). _X__ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X__ (16) 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10). ___ (17) 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). ___ (18) [Reserved] _X__ (19) 52.225-18, European Union Sanction for End Products (E.O. 12849). __ (20) 52.225-19, European Union Sanction for Services (E.O. 12849). ___ (21)(i) 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187). ___ (ii) Alternate I of 52.225-21. ___ (22) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). _X__ (23) 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332). ___ (24) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ___ (25) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). _X__ (26) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). 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 July 25, 2001. Selection and award will be made 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 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).
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#182107)
Record
Loren Data Corp. 20010720/34SOL001.HTM (D-199 SN50S1S5)

34 - Metalworking Machinery Index  |  Issue Index |
Created on July 18, 2001 by Loren Data Corp. -- info@ld.com