Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2004 FBO #0900
SOLICITATION NOTICE

43 -- TURBOMOLECULAR PUMPS

Notice Date
5/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04063853Q
 
Response Due
5/27/2004
 
Archive Date
5/12/2005
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
 
E-Mail Address
Email your questions to Timothy M. Bober
(Timothy.M.Bober@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 procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for for three (3) Turbomolecular Pumps which shall include three (3) Electrical Converters, three (3) Cables and three (3) Vent Valves. NASA Glenn Research Center has requirements for three Turbomolecular Pumps which shall include three Electrical Converters, three Cables and three Vent Valves. The pumps will be used for providing a vacuum on three Brew vacuum creep frames. The Turbomolecular Pumps shall meet the following specifications: 1. Pump shall be of a turbomolecular pump design. Diffusion, ion, cryogenic and other pump designs are not acceptable. 2. The pump shall have ceramic bearings. 3. The pump shall be water cooled. 4. The pump shall have an ISO 100K inlet flange. 5. The pumping speed for nitrogen shall be at least 345 liters per second. 6. The maximum gas throughput for nitrogen shall be 7.5 millibar-liters per second. 7. The ultimate pressure shall be less than 1 x 10-10 millibar. 8. The maximum continuous inlet pressure shall be 5 x 10-2 millibar or higher. 9. The maximum foreline pressure for nitrogen shall be 5 x 10-1 millibar or higher. 10. A purge/vent port shall be supplied with a 10 KF or larger flange. 11. The Turbomolecular pump shall be cooled by water. 12. The connections for the cooling water shall be 10 mm (0.39-inch) or larger. The Electrical Converters shall meet the following specifications: 1. The converters shall be an electrical converter designed to provide appropriate power to the above turbomolecular pump. 2. The input power shall be between 110-120V and less than 20 A current. 3. The units shall sense the type of Turbomolecular pump to ensure proper operation of the electrical converters. 4. Operation of the converters shall be by front panel controls on the converters. The Cables shall meet the following specifications: 1. The cables shall link the turbomolecular pumps to the electrical power converters. 2. The length of the cable shall be between 9 and 15 feet. The Vent Valves shall meet the following specifications: 1. The vent valve shall fit and operate with the Turbomolecular Pump specified above. 2. The vent valve shall have 10 KF or larger flanges. 3. The vent valve shall be remotely operable. 4. Power shall be between 110-120V and 20 amps maximum. 5. The valve shall be normally open. Delivery: Delivery shall be six weeks after receipt of order. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR OFFER MEETS THE ABOVE SPECIFICATIONS** The provisions and clauses in the RFQ are those in effect through FAC 01-22. The NAICS Code and the small business size standard for this procurement are 333911 and 500 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 to Glenn Research Center is required within 6 weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by Thursday May 27th 2004 4:30 p.m. local time and may be e-mailed, faxed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop: 500-306 Cleveland, Ohio 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 shall provide the information required by FAR 52.212-1 (JAN 2004), 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 52.212-5 (APR 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.204-7 52.212-3, 52.222-3, 52.222-19, 52-222-21, 52.222-26, 52.225-13, 52.232-33, 52.243-1. NFS 1852.215-84 and 1852.225-70. 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 (e-mail or fax) to Timothy M. Bober not later than Wednesday May 19th 2004. Telephone questions WILL NOT be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. 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=D&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#110323)
 
Record
SN00584902-W 20040514/040512212535 (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.