SOLICITATION NOTICE
54 -- GAS CYLINDER CABINETS
- Notice Date
- 5/22/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- 03-C32-0004
- Response Due
- 6/4/2003
- Archive Date
- 5/22/2004
- Point of Contact
- Jean M. Boylan, Purchasing Agent, Phone (216) 433-2140, Fax (216) 433-2480, Email Jean.M.Boylan@grc.nasa.gov
- E-Mail Address
-
Email your questions to Jean M. Boylan
(Jean.M.Boylan@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; offers are being requested and a written solicitation will NOT be issued. This notice is being issued as a Request for Quotations (RFQ)] for: 2 cylinder gas cabinet (ASH3, PH3) ? Two Cylinder Cabinet specifications: (Quantity required 1 each) 1) 7 valve semi automatic purge panel for arsine (AsH3) 2.) 7 valve semi automatic purge panel for phosphine (PH3) 3.) Assembled in Class 100 clean room 4.) Helium leak tested to 1e-9 Atm cc/sec 5.) 316L Stainless steel tubing, electropolished to 10 RA 6.) Metal face seal (VCR) connections though out 7.) High purity tied diaphragm regulator 8.) Ultra high purity diaphragm valves 9.) Excess process pressure sensor 10.) Excess flow sensor 11.) Exhaust duct flow sensor 12.) Electronic control system for each gas channel to monitor all safety systems and performshutdown of the source automatically 13.) Pneumatic primary cylinder valve 14.) Cabinet constructed of 11 gauge steel, epoxy painted, all welded 15.) All access port and doors shall be self-closing and lockable 16.) DISS632 cylinder connections 3 cylinder gas cabinet ? Three Cylinder Cabinet specifications: (quantity required 1 each) 1.) 7 valve semi automatic purge panel for disilane in hydrogen (Si2H6) 2.) 7 valve semi automatic purge panels for future gases 3.) Assembled in Class 100 clean room 4.) Helium leak tested to 1e-9 Atm cc/sec 5.) 316L Stainless steel tubing, electropolished to 10 RA 6.) Metal face seal (VCR) connections though out 7.) High purity tied diaphragm regulator 8.) Ultra high purity diaphragm valves 9.) Excess process pressure sensor 10.) Excess flow sensor 11.) Exhaust duct flow sensor 12.) Electronic control system for each gas channel to monitor all safety systems and perform shutdown of the source automatically 13.)Pneumatic primary cylinder valve 14.) Cabinet constructed of 11 gauge steel, epoxy painted, all welded 15.) All access port and doors shall be self-closing and lockable The provisions and clauses in the RFQ are those in effect through FAC 01-13. 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 42184 and 100 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-09. Offers for the items(s) described above are due by noon on 06/04/03 to Jean M. Boylan @ fax # 216-433-2480 and must 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. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. 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 All contractual and technical questions must be in writing and faxed to Jean M. Boylan @216-433-2840 not later than 05/28/03. Telephone questions will NOT be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors 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://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#105923)
- Record
- SN00331092-W 20030524/030522213834 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |