Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
SOLICITATION NOTICE

44 -- 44 - FABRICATION INSPECTION TESTING AND DELIVERY OF CHEMICAL STEAM GENERATORS FOR A3 ALTITUDE TEST STAND

Notice Date
2/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NASA Business Management Division, Acquisition Management Office, Code BA30, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS08229845R
 
Response Due
5/9/2008
 
Archive Date
2/26/2009
 
Point of Contact
Carol Burnside, Contract Specialist, Phone 228-688-1638, Fax 228-688-1141, Email carol.a.burnside@nasa.gov - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email james.huk@ssc.nasa.gov
 
E-Mail Address
Email your questions to Carol Burnside
(carol.a.burnside@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA/SSC Acquisition Management Office intends to issue a Best Value Request for Proposal (RFP) for the project entitled ?Fabrication, inspection, testing, and delivery of Chemical Steam Generators for A-3 Altitude Test Stand? to be delivered to the John C. Stennis Space Center, Mississippi. The work to be performed under this requirement consists of providing all labor, equipment, and materials necessary for the fabrication, inspection, testing, and delivery of twenty-seven (27) Chemical Steam Generators (CSGs) to Stennis Space Center Building 2204. The CSGs required are a design that was produced for White Sands Test Facility in the 1960?s that is a proven design. The most similar component to these CSG?s is a small regeneratively cooled rocket combustion chamber or gas generator. The concept is basically a small combustion chamber similar to a rocket engine combustion chamber that burns isopropyl alcohol (IPA) and oxygen with a water diluent to produce the steam. This project will require detailed machining, pipe modification and welding, plate steel forming and welding, detailed welding including some thin wall sheet metal welding. Cleaning for high pressure oxygen service will be required. The CSGs will be built per ASME Code requirements but will not require a code stamp. Testing will include inspections and proof testing as required but will not include a functional test or hot fire. The CSGs shall comply with codes referenced in the RFP and shall be fabricated, cleaned, and tested per the requirements in the subject specifications available on CDROM only as noted below. FOB is destination. The government intends to issue subject solicitation (RFP) under Commercial Procedures in accordance with FAR Parts 12 and 15. It is anticipated that only one award will be made for this requirement, and any resulting award shall be made in the form of a single award firm fixed price (FFP) contract. The desired period of performance or lead-time for delivery is twelve (12) months from the effective date of contract award. The required period of performance or lead-time for delivery is fourteen (14) months from the effective date of contract award. The firm delivery date shall be identified in any subsequent award. The DPAS Rating for this procurement is anticipated to be DO-C9. The NAICS Code and Small Business Size Standard are 333999 and 500 employees, respectively. It is anticipated that this action will be issued as unrestricted. All responsible sources may submit a proposal, which shall be considered by this agency. The Government reserves the exclusive right to award to other than the low offeror on this "Best Value" procurement. The evaluation factors for this procurement are in development and will possibly include Technical Compliance, Schedule, Past Performance, Small Business Utilization, and Price. The anticipated issue date of subject RFP is on or about March 24, 2008 with an anticipated closing date of May 9, 2008. The firm date for receipt of proposals will be stated in the subsequent RFP. Offerors are notified that a single Industry Day will be conducted for this procurement. The tentatively scheduled date for the industry day is April 3, 2008. The firm date for the industry day will be stated in the subsequent RFP. The RFP and any related documents [with the exception of the specifications and drawings] will only be issued electronically and will be available via the internet. These documents may be accessed and downloaded at the NASA Acquisition Internet Service (NAIS) Business Opportunities website @ http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi or at the Federal Business Opportunities (FedBizOpps) website @ http://www.fbo.gov. Offerors unable to access the RFP at this address may contact the points of contact listed above for assistance. The Specifications and Drawings will only be made available on CDROM. Requests for copies shall be made only via e-mail to the Bid Distribution Office: emily.s.polk@ssc.nasa.gov. Telephone or faxed requests will not be accepted. The list of offerors requesting CDROMs will become the ?Bidders Mailing List? for small business subcontracting purposes. Offerors are advised that this list will be posted to the NAIS and FBO websites. All contractual and technical questions regarding this acquisition shall be submitted in writing via e-mail to carol.a.burnside@nasa.gov (cc: james.d.huk@nasa.gov) not later than April 14, 2008. Telephone or faxed questions will not be accepted. *** Offerors are responsible for monitoring this site for the release of the solicitation and any associated documentation or amendments. Offerors are responsible for downloading their own copy of the same and for obtaining their own copy of the CDROM containing the specifications and drawings from the Bid Distribution office. *** An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#128893
 
Record
SN01517447-W 20080228/080226224719 (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.