Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2003 FBO #0724
SOLICITATION NOTICE

68 -- KRYPTON AND XENON GAS

Notice Date
11/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
04-C3E-001
 
Response Due
12/5/2003
 
Archive Date
11/19/2004
 
Point of Contact
Kelly J Boos, Contracting Specialist, Phone (216) 433-6125, Fax (216) 433-2480, Email Kelly.J.Boos-1@nasa.gov
 
E-Mail Address
Email your questions to Kelly J Boos
(Kelly.J.Boos-1@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 28,000 EA of Krypton gas in K size bottles, 10,000 EA of Xenon gas in K size bottles, 6 EA K size gas bottle for gas. The following xenon gas specification is provided for the procurement of xenon propellant for laboratory testing of electric propulsion devices. 1.0 The measured xenon purity shall be > or = to 99.999% 2.0 The xenon shall have the following maximum impurity levels which shall be verified via certified analysis: 2.1 < or = to 0.1 ppm Oxygen (O2) 2.2 < or = to 0.1 ppm Water (H2O) 2.3 < or = to 0.5 ppm Carbon Monoxide (CO) 2.4 < or = to 0.5 ppm Carbon Dioxide (CO2) 2.5 < or = to 0.1 ppm Carbon Tetraflouride (CF4) 2.6 < or = to 0.1 ppm Total Hydrocarbons 2.7 < or = to 1 ppm Nitrogen (N2) 2.8 < or = to 2 ppm Hydrogen (H2) 2.9 < or = to 5 ppm Krypton (Kr) 2.10 < or = to 1 ppm Argon (Ar) 2.11 Balance Xenon 3.0 Each xenon gas bottle shall be analyzed for the impurities listed in 2.0 using the following instrument accuracy guidelines: 3.1 Oxygen (O2) analyzer with < or = to 0.2 ppm accuracy 3.2 Moisture (H2O) analyzer with < or = to 0.05 ppm accuracy 3.3 Fourier transfer infrared analyzer with accuracies for the following impurities: 3.3.1 < or = to 0.1 ppm Carbon Monoxide (CO) 3.3.2 < or = to 0.1 ppm Carbon Dioxide (CO2) 3.3.3 < or = to 0.1 ppm Carbon Tetraflouride (CF4) 3.3.4 < or = to 0.1 ppm Total Hydrocarbons (as Methane) 3.4 Gas chromatograph with accuracies for the following impurities: 3.4.1 < or = to 0.1 ppm Nitrogen (N2) 3.4.2 < or = to 0.5 ppm Hydrogen (H2) 3.4.3 < or = to 0.1 ppm Krypton (Kr) 3.4.4 < or = to 0.1 ppm Argon (Ar) 4.0 Each xenon gas bottle shall include the following documentation: 4.1 Measured levels of all impurities listed in 2.0 4.2 Analysis technique used to determine impurity level and minimum instrument detection threshold 4.3 Accuracy to which each impurity was determined 5.0 The quantity of xenon ordered shall be that quantity after gas analysis is completed 6.0 Any bottle that fails to comply with any of the above requirements shall be rejected The provisions and clauses in the RFQ are those in effect through FAC 01-17. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement is 325120 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. Deliver to GRC, Cleveland OH. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by December 5, 2003 by 4:00 PM EST to Glenn Research Center, ATTN: Kelly Boos MS 500-306, 21000 Brookpark Rd, Cleveland, OH 44135 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2003), Instructions to Offerors-Commercial, which is incorporated by reference. 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.223-3 (Jan 1997), Hazardous Material Identification and Material Safety Data. 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 to Kelly.J.Boos-1@nasa.gov. Please reference the solicitation number in the subject. 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. 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). Any referenced notes may be viewed at the following URLs linked below.
 
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#108127)
 
Record
SN00472917-W 20031121/031119212634 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.