SOLICITATION NOTICE
43 -- TURBO-MOLECULAR PUMP SYSTEM
- Notice Date
- 3/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM05103566Q
- Response Due
- 3/15/2005
- Archive Date
- 3/3/2006
- 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 a Turbo-molecular Pump System ? Brand Name or Equal - consisting of a turbo-molecular pump and controller. Systems consists of (1) Turbo-molecular Pump Alcatel Model ATP 400 pump (or equivalent) with the following specifications: Cooling: water (factory installed); Protective Screen: Inlet screen factory installed; Pumping Speed: 400 liters/sec Nitrogen - 250 liters/sec Hydrogen - 300 liters/sec Helium; Compression Ratio: 7x10^8 for Nitrogen; Ultimate Pressure: 8x10^-10 mbar or less; Max. Backing Press: 0.2 mbar; Throughput: 400 std cc/min (for nitrogen); Bake-out temp: up to 120 deg C on the inlet flange; Startup time: 2 to 5 minutes; Installation Position: Any; Purge port: factory installed; Cooling water temp: up to 40 deg C or higher; Ambient temp: up to 40 deg C (for operation); Inlet Flange: ISO -K 160; Outlet Flange: DN40; and (2) Alcatel Controller Model ACT 600 or equivalent with the following specifications: Voltage: single phase 120V 50/60 Hz; Control interface: RS232 (standard analog I/O remote interface); Warning functions: factory; Protective functions: factory; Control cable: up to 5 meters; Power cable: supplied; Instruction Manual: included. Quantity of one (1). Delivery is FOB Destination; Required delivery by April 30, 2005. The provisions and clauses in the RFQ are those in effect through FAC 01-26 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 333911 and 500 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 to George C. Marshall Space Flight Center, Bldg 4471, MSFC, AL 35812 (M/F) is required within 45 days 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 March 15, 2005, 12:00 CDT, to George C. Marshall Space Flight Center, Bldg 4203, PS41/K. Craig, MSFC, AL 35812 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/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), 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 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-3, 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 All contractual and technical questions must be in writing (e-mail or fax) to Kellie Craig not later than March 11, 2005. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. 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=62 . 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=62#114461)
- Record
- SN00762251-W 20050305/050303212503 (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 |