Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SOLICITATION NOTICE

66 -- SUPERCRITICAL DRYING SYSTEM

Notice Date
8/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04074059Q
 
Response Due
8/16/2004
 
Archive Date
8/3/2005
 
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 a System for Drying Aerogels Using Supercritical Carbon Dioxide The NASA Glenn Research Center has requirements for a supercritical drying system. A drying system is required for the processing of aerogel. The purpose of this system is to dry saturated aerogel (hydrogel) samples of various compositions from solvents using supercritical CO2. The specifications for this system are as follows: 1. The system shall be composed of materials which are compatible with supercritical CO2 and common solvents such as acetone, THF, and acetonitrile. 2. The system shall include a stainless steel drying module with an internal diameter of at least 10? and an internal height of at least 8?, resulting in a volume of at least 10 Liters. 3. The drying module shall be rated for a maximum pressure of at least 10,000 psi (700 Bar) 4. The drying module shall be rated for a maximum temperature of at least 100 ?C 5. Heated micrometering valves shall be installed at the chamber outlet. 6. The chamber shall be equipped with heaters sufficient to allow it to attain and maintain its maximum operating temperature. 7. The system shall be equipped with a heated stainless steel waste solvent collector vessel rated to at least 120 Bar at a temperature of at least 80 ?C 8. The system shall be equipped with a pump capable of delivering at least 450g of CO2/min at 10,000 psi. 9. The pump shall be cooled using an external chiller. 10. The system shall be equipped with temperature, pressure, and flow controls capable of controlling the system over its entire range of operation. 11. All controls shall have digital outputs to allow data logging. These outputs may use RS-232 serial, USB, or an equivalent widely available standard interface. 12. The system shall be capable of having a CO2 recycling system added at a later date. (Acquisition of a CO2 recycling system is not a part of this procurement but may happen in the future) 13. The system shall be equipped with safety systems to guarantee the safety of operations at all times. 14. The system shall be factory assembled or assembled on-site by installation personnel. 15. The system shall be housed in a manner that allows it to be easily moved without disassembly or disconnection of the major components from each other. (The intention of this specification is to require a substantially self-contained system where only disconnection of the building systems (Electrical, compressed air, water, ventilation, CO2 supply (if it is not housed on the system), etc. is required to move it, and does not require heavy equipment (i.e. a forklift) to move it within the laboratory. A system housed in a rack, cabinet, or frame equipped with casters would be acceptable while individually floor-mounted components would not be.) 16. The system shall include an operator?s manual 17. The system shall include 2 days of training Delivery shall be 16 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 01-24. 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 334516 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 16 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 Monday August 16th 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, 52.222-26, 52.225-1, 52.225-13, 52.232-25, 52.232-33, 52.243-1. NFS 1852.215-84, 1852.223-72 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 Monday August 9th 2004. Telephone questions WILL NOT be accepted. Award will be based upon overall best value to the Government among those offers that meet the specifications general instructions above. Consideration will be given to the factors of meeting specifications, total price, best value criteria and past performance. Other criteria requirements (see below) in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the proposal meets the Government?s requirements (see the above specifications). Best Value Criteria: Delivery of the system within eight weeks after receipt of order. 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#111697)
 
Record
SN00636160-W 20040805/040803213357 (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.