Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2007 FBO #2124
SOLICITATION NOTICE

A -- MULTI-CHAMBER VACUUM SYSTEM

Notice Date
9/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07220051Q
 
Response Due
9/24/2007
 
Archive Date
9/18/2008
 
Point of Contact
Syreeta J. Stewart, Contract Specialist, Phone 216-433-8673, Fax 216-433-2480, Email Syreeta.J.Stewart@grc.nasa.gov
 
E-Mail Address
Syreeta J. Stewart
(Syreeta.J.Stewart@grc.nasa.gov)
 
Small Business Set-Aside
N/A
 
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 one (1) multi-chamber vacuum system. The provisions and clauses in the RFQ are those in effect through FAC 05-17. The NAICS Code and the small business size standard for this procurement are 333298. 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 21000 Brookpark Road, Building 21, Cleveland Ohio, 44135 is required within 30 days. Delivery shall be FOB Destination. The DPAS rating for this procurement is D0-C9. Offers for the item described above is due by Monday, September 24, 2007, COB to Syreeta J. Stewart at, syreeta.j.stewart@grc.nasa.gov 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, signed cover page with CAGE code, DUNS number, company letterhead, budget, signed representations and certifications. Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product offered is other than domestic end product 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 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Syreeta Stewart (216) 433-2480, not later than 9/24/2007, COB. Telephone questions will not be accepted. (FAR 15.101-2)] 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 -- Sunil Dutta MS 3-9. 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). NNC07220051Q Specifications for One (1) Multi-Chamber Vacuum System • System must be turn key • System shall have a minimum of two 36 inch cube (inside dimensions) vacuum chambers • System must maintain a vacuum level of 10-5 Torr indefinite period of time • Vacuum pumping system must be completely dry • System must contain a device to contain any and all residual contaminates (e.g. cold trap) • Each chamber must have a minimum of 6 feed through’s to facilitate data acquisition external to the vacuum chambers • Chamber support rack shall support a minimum of 1000 pounds of payload per chamber. Maximum load capability of each chamber shall be listed in quote. • Support rack/vacuum system shall be configured to receive a third 36 inch cube vacuum chamber for future installation, or system can be completely modular • System must fit through a man door with a minimum width of 42 inches and a minimum height of 83 inches • System must maintain a vacuum level of 10-5 Torr for a minimum of 90 hours due to power outage • Each chamber shall be isolated from the other chambers in a manner to facilitate the opening of any chamber at any time without effecting the vacuum level of the other chambers • Chamber bottoms must be at a height of at least 29 inches and at most 36 inches • Power requirements 1. 115VAC or 230VAC • The vacuum system shall be computer/controller operated • The system shall have the following indicators 1. pressure of each chamber 2. pressure of any manifold 3. LED’s for warnings • Quote shall include a detailed description of the maximum uniform live load and, concentrated live load of the system. System weight and loading will be approved by NASA GRC architect prior to procurement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC07220051Q/listing.html)
 
Record
SN01411065-F 20070920/070919144741 (fbodaily.com)
 
Source
FedBizOpps 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.