Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2008 FBO #2348
SOLICITATION NOTICE

66 -- CLOSED LOOP COOLING SYSTEM

Notice Date
4/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08246688Q
 
Response Due
5/8/2008
 
Point of Contact
Bernadette J. Kan, Purchasing Agent, Phone 216-433-2525, Fax 216-433-2480
 
E-Mail Address
Bernadette.J.Kan@grc.nasa.gov
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; 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 closed loop coolingsystem for the Governments existing Molecular Beam Epitaxy (MBE) system: TheSpecifications are as follows:1. Contractor shall provide a total of four (4) bonnetconnections [top cooling shroud inlet & outlet and bottom cooling shroud inlet & outlet]that are fully compatible with the Governments existing Vacuum Barrier Corporationcooling shroud connectors. Drawings of the bonnets may be obtained from the systemmanufacturer [CreaTec Fischer & Co GMBH, Industriestr. 9, 74391 Erligheim, Germany;Drawing No. SY033-015]. Contractor shall be responsible to verify the dimensions of theexisting bonnets on the system to ensure proper fit and performance. 2. Contractorshall provide a liquid vapor separator unit. The unit shall operate in a fully automaticmode and have a reservoir capacity of at least five (5) gallons. The vapor separatorshall include dynamic vacuum insulation. The vapor separator shall include a pneumaticmodulating cryo-control valve, a liquid level sensor and control box, an inlet linepressure gauge, an inlet line safety relief valve, a reservoir safety relief valve, and adrain plug. The vapor separator shall have at least four (4) outlet connections toaccommodate at least two (2) separate closed loops. Contractor shall provide a stainlesssteel enclosure for the vapor separator. 3. Contractor shall provide flexible dynamicvacuum-jacketed lines between the Governments existing liquid nitrogen supply dewar andthe vapor separator unit and all mounting hardware including all hardware, cryo-valves, & fittings for final connection to the existing Governments liquid nitrogen dewar.Contractor shall verify required length. 4. Contractor shall provide flexible tri-axiallines between the vapor separator unit and the MBE system cooling shrouds. Connectinglines shall completely eliminate two phase flow to allow the lowest possible temperaturein the MBE shroud. 5.Contractor shall provide one (1) additional point of use within25 (feet) of the vapor separator unit including all required flexible tri-axial linesand Cryo-valves, location to be specified by the Government. 6. Contractor shallprovide a vacuum pumping system to provide the dynamic vacuum required forvacuum-insulation of all LN2 wetted parts including the vapor separator unit and alllines (co-axial and tri-axial) connecting the system components. Achievable vacuum of thesystem shall be 1x10E-6 Torr or lower. Vacuum system shall consist of an oil-diffusionpump with a pumping speed of at least 10 liters/second and shall be backed with a (rotaryvane type) mechanical vacuum pump containing Fomblin oil with a pumping speed of at least3.5 CFM. Vacuum system shall be powered with 120 VAC, 60Hz at <10Amps. Contractorshall locate vacuum system in a position (within 40 feet of the Vapor Separator to bespecified by the government) that allows easy access for maintenance. Contractor shallprovide a suitable stainless steel enclosure for the vacuum pumping system. Contractorshall provide a stainless steel drain pan. 7.Contractor shall provide detaileddimensioned drawings of the entire system, including placement of all components andsystem routing prior to manufacture of hardware. Drawings shall be approved by theGovernment to ensure all Government requirements (including but not limited to vibration,noise, and EMF) are met. 8. Contractor to install the complete system on-site at NASAGlenn Research Center. Contractor to provide all required connections and mountinghardware (and hardware necessary to accomplish final dewar hookup). 9. Contractor shallhave a demonstrated record of successfully providing cooling for MBE systems. Contractorshall be able to document at least 5 years of industrial experience and document thesuccessful implementation of multiple successful closed loop MBE cooling shroud systems. 10. Upon request, contractor shall provide at least one (1) copy of manuals thatadequately detail the safe operation of the complete system in advance of contract award. If not requested prior to contract award, contractor shall provide the manuals withinten days after the contract award. The provisions and clauses in the RFQ are those in effect through FAC 2005-24.The NAICS Code and the small business size standard for this procurement are 333298 or500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, Attn: Receiving Bldg 21 North, 21000 BrookparkRoad, Cleveland OH 44135-3127. Delivery shall be FOB Destination.The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by Close of Business on 05/08/2008 toNASA Glenn Research Center, ATTN: Bernadette Kan, MS 500-305, 21000 Brookpark Road,Cleveland OH 44135-3127 and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems 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 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b. Destination. (NOV 1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR2002), 1852.225-70 Export Licenses. (FEB 2000) (a) The Contractor shall comply with all U.S. export control laws and regulations,including the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, inthe performance of this contract. In the absence of available licenseexemptions/exceptions, the Contractor shall be responsible for obtaining the appropriatelicenses or other approvals, if required, for exports of hardware, technical data, andsoftware, or for the provision of technical assistance. (b) The Contractor shall be responsible for obtaining export licenses, if required,before utilizing foreign persons in the performance of this contract, including instanceswhere the work is to be performed on-site at NASA Glenn Research Center21000 Brookpark Rd.Cleveland, Ohio 44135,where the foreign person will have access to export-controlled technical data orsoftware. (c) The Contractor shall be responsible for all regulatory record keeping requirementsassociated with the use of licenses and license exemptions/exceptions.(d) The Contractor shall be responsible for ensuring that the provisions of this clauseapply to its subcontractors.FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:52.203-6 (With Alt 1) Restrictions on Subcontractor Salesto the Government 3.503-1, 52.219-4 Notice fo Price Evaluation Preference for HubzoneSmall Business Concerns 19.1308(b), 52.219-8 Utilization fo Small Business Concerns19.708(a), 52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, Child Labor -Cooperation with Authorities and Remedies (AUG 2007) (E.O. 13126), 52.222-21,Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans ofthe Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-36,Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37,Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-39 Notification fo EmployeeRights Concerning Payment fo Union Dues or Fees 22.1605(a), 52.222-50, CombatingTrafficking in Persons (AUG 2007) (Applies to all contracts), 52.225-1, Buy American Act- Supplies (JUN 2003) (41 U.S.C. 10a-10d), 52.232-34, Payment by Electronic FundsTransfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332).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 BernadetteKan not later than 05/05/2008.Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained 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 anyresultant 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 isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b2e5470dde0f6f22fc00855b7c8b0af4&tab=core&_cview=1)
 
Record
SN01563291-W 20080501/080429220506-b2e5470dde0f6f22fc00855b7c8b0af4 (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.