COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2001 PSA #2943
SOLICITATIONS
66 -- FLANGED CRYOPUMP SYSTEM
- Notice Date
- September 21, 2001
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- 8-1-1-S7-D4410
- Response Due
- October 8, 2001
- Point of Contact
- Bobby J. Holden, Contract Specialist, Phone (256) 544-5417, Fax (256) 544-9354, Email Bobby.Holden@msfc.nasa.gov -- Warren G. Jones Jr., Contracting Officer, Phone (256) 544-0389, Fax (256) 544-9354, Email warren.jones@msfc.nasa.gov
- E-Mail Address
- Bobby J. Holden (Bobby.Holden@msfc.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). Item 1, Quantity 1, Flanged Cryopump System with the following specifications: EQUIPMENT AS FOLLOWS: ONE TM450 CRYOPUMP SYSTEM. THE CRYOPUMP SYSTEM SHALL INCLUDE ONE SPECIAL FLANGE; 1 CBST6.0 COMPRESSOR; 2 20 FT. FLEXIBLE GAS LINES; ONE 20 FT. CYROPUMP POWER CABLE; 1 INSTALLATION TOOL KIT; 1 SYSTEM O-RING AND 1 O&M MANUAL. EIGHTEEN MONTH LIMITED WARRANTY ON CRYOPUMP SYSTEM. CRYOPUMP WEIGHT IS 160 POUNDS. Item 2, Quantity 1, ACCESSORY FOR TM450 CRYOPUMP SYSTEM AS FOLLOWS: PURGE GAS HEATER, 115V, 60HZ, 300 WATTS. Additional Specifications for Cryopump General Description: The offeror shall provide a complete cryopump system suitable for retrofitting a government-owned Balzers BAK-760 vacuum coating system. The cryopump system shall consist of new equipment, which is not refurbished. The system shall contain all hardware that is required to allow it to be integrated into the Balzers BAK-760 system. The offeror shall also perform installation and checkout of the equipment at Marshall Space Flight Center, with assistance provided by NASA personnel. Equipment listing: At a minimum, system shall include the following: 1. One closed cycle helium refrigeration cooled cryopump, of minimum size 450-millimeters and of maximum size of 22-inches. 2. A DT-500 silicon diode second-stage temperature sensor. 3. One cryopump compressor. 4. Two flexible gas lines (helium-supply and helium-return lines), minimum length of 10 feet. 5. Power cable, 20-foot length. 6. Cold-head cabling, minimum length of 10 feet. 7. Adaptors, as required, to mate the cryopump to the bottom ISO 500-K flange on the Balzers PVA 500 P-2 plate valve. 8. Gaskets or o-rings for the adaptor listed above. 9. A purge gas heater. 10. System manuals. The cryopump system, in entirety, shall meet the following requirements: 1. The offeror shall provide new equipment. 2. Refurbished equipment is not acceptable. 3. The minimum inside diameter of the cryopump pumping orifice and any offeror-provided flange adaptors shall be 450 millimeters. 4. The cryopump, with the addition of any vendor provided adaptor flange, shall correctly mate with the ISO 500-K flange on the bottom of the existing Balzers PVA P-2 plate valve, located on the back of the BAK-760 coating system, with a proper vacuum o-ring or gasket seal. 5. When installed, the cryopump, with the addition of any vendor provided adaptor flange, shall not mechanically interfere with the existing vacuum chamber, the floor, the existing PVA P-2 valve actuator, the existing PVA P-2 air cylinder, or the PVA P-2 actuated sealing plate (see provided attachments and warning below under additional information). 6. The system shall have minimum pumping speeds of 7,100 liters/second for nitrogen, 24,000 liters/second for water vapor and 6,400 liters/second for argon. 7. The system shall have a minimum capacity of 2,000 standard liters of argon at 5 x 10-6 Torr (5 micro-Torr). 8. The roughing port on the cryopump shall terminate in a DN 40 KF fitting to allow connection to the existing Balzers hardware. 9. The purge port on the cryopump shall terminate in either a DN 16 KF fitting (preferred) or a DN 40 KF fitting to allow attachment to the existing Balzers EVA-016-P valve. 10. The cryopump shall be equipped with an appropriate pressure relief valve. 11. The second stage diode sensor shall be compatible with the existing Balzers TMU-110 unit. 12. The cryopump system shall be equipped with remote on/off switching capability which is set to "on" by the presence of a 24 VAC signal provided by the Balzers system (preferred) or alternatively by simple relay contact closure of a low current signal provided from the cryopump controller. 13. The cryopump system shall be equipped with a user accessible relay contact which closes when the compressor is activated to provide a return signal to the Balzers "cooler o.k." 24?VDC digital input. 14. The compressor power requirements shall be one of the following: 220V 1-phase 60 Hz (preferred), 380V 3-phase 60 Hz (preferred alternate), 480 3-phase 60 Hz (acceptable alternate -- see below), or 208V 3-phase 60 Hz (least desirable -- see below). Additional information regarding the BAK-760 configuration: 1. The Balzers BAK-760 system is currently equipped with a Balzers RCP 501 Z cryopump with an ISO 500-K flange and double-claw clamps. 2. The attached sheets show that the PVA 500 P-2 plate valve has an actuator assembly and air cylinder that protrude approximately 80 millimeters below the plane of the ISO 500-K pump mating surface at a slightly larger radius (approximately 2 to 4 inches, variable depending on height) than the outside diameter of the ISO 500-K flange. The ISO 500-K flange is believed to have a nominal OD of 550 millimeters (21.654-inches). It is clear that a 27.5-inch-OD ANSI flange, common on many 20 to 22-inch cryopumps, would mechanically interfere with the valve actuator and/or valve air cylinder unless it is mounted on a carefully designed "nipple-type" ISO to ASA adaptor with restricted outer diameter. 3. The attached sheets show that the PVA 500 P-2 valve disk rotates from horizontal to vertical when opening and that a section of the disk protrudes through the ISO 500-K pump flange orifice by 48 millimeters during actuation. Offeror-provided mating adaptors must be designed to prevent mechanical interference with the valve disk. 4. The ISO-500-K pump mating surface on the PVA 500 P-2 valve is approximately 1238 millimeters above the floor. 5. The Balzers chamber power is 380V 3-phase 60 Hz. A single phase of this power is approximately 220V relative to neutral. The present cryopump operates on this single-phase power and is protected by a "Seimens 5 SN1 NG32A" breaker mounted on a bus in the Balzers power supply cabinet. This is the most simple compressor power to accommodate. It would also be relatively simple to access 380V 3-phase 60 Hz power inside the Balzers power cabinet. 6. The chamber power is supplied from a 480V 3-phase fused disconnect through a 480V to 380V step-down transformer all with 100kVA capacity. MSFC facilities engineering representatives have predicted that an auxiliary fused disconnect can be dropped from this existing disconnect if required at moderate-to-low cost to MSFC. 7. The least desirable acceptable power for a new cryopump compressor is 208V 3-phase 60Hz. This type of power is available at MSFC, but a new branch circuit would probably have to be added to accommodate the new cryopump compressor at moderate to high cost to MSFC. In this case, offerors are strongly encouraged to propose additional options for obtaining the necessary compressor power from existing 380V, 3-phase power the Balzers supply cabinet via step-down transformers (new or existing) or by other means. The provisions and clauses in the RFQ are those in effect through FAC 97-27. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333911 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 90 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 October 8, 2001 and may be mailed or faxed to PS33-H/Bobby J. Holden/256-544-9354 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: MSFC 52.232-90, 52.211-90, NFS 1852.223-72, 1852.246-71, 52.211-15, 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1 AND 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 September 28, 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=62 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=62#98878)
- Record
- Loren Data Corp. 20010925/66SOL006.HTM (D-264 SN50Y3K5)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on September 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|