SOURCES SOUGHT
68 -- ANHYDROUS AMMONIA - NASA KENNEDY SPACE CENTER
- Notice Date
- 10/10/2008
- Notice Type
- Sources Sought
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- 000-000
- Response Due
- 10/22/2008
- Archive Date
- 10/10/2009
- Point of Contact
- Lourdes Schroeder, Contracting Officer, Phone 000-000-0000, Fax 321-867-1188, />
- E-Mail Address
-
lourdes.m.schroeder@nasa.gov<br
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administrations (NASA) Kennedy Space Center(KSC) is soliciting information about potential sources that are capable of manufacturingand delivering Anhydrous Ammonia. The purpose of this synopsis is to gain knowledge ofpotential qualified sources and their size classification (service disabled veteran ownedsmall business, veteran owned small business, hubzone, 8(a), small disadvantage business,small business, or large business) relative to NAICS 325120 (size standard of 1,000employees). Responses to this synopsis will be used by the Government to make appropriateacquisition decisions. This effort includes the following requirements: -KSC will supply 20 cylinders with 150 +/- 10 pounds net in each cylinder to storeand transport anhydrous ammonia. -NASA grade Ammonia shall meet the requirements in table 1. (These requirementsare also attached to this sources sought notice in a separate document.)Table 1. Chemical and physical propertiesCharacteristicRequirementAnalysis ProcedurePurity (1)99.998% by weightMin.Note 1CO (2)1 ppm by volMax.SEMI C3.12-94Hydrocarbons (C1-C3)1 ppm by volMax.SEMI C3.12-94H25 ppm by volMax.Note 2O22 ppm by volMax.SEMI C3.12-94N25 ppm by volMax.SEMI C3.12-94Chlorides1 ppm by volMax.Ion ChromatographyWater10 ppm by volMax.Note 3Oil3 ppm by weight Max.Note 4ParticulateNote 1 and 2Max.Note 5(1)Purity is determined by subtracting the weight percentages of the variouscontaminations from 100%.(2)Hydrogen analysis shall be performed by the oxygen and nitrogen method in SEMIC3.12-94.(3)Water analysis shall be performed from the ammonia liquid phase using the methodsspecified in SEMI C3.12-94.(4)Oil determination shall be performed from the ammonia liquid phase per federalspecification O-A445B.(5)Particulate. Particle size distribution on Millipore filter (absolute filterrating less than or equal to 1 micron) per 1000 ml NH3 sample Size Particle Count&lt;25 micron () Unlimited*25 through 50 10700&gt;50 through 100 1540&gt;100 through 200 160&gt;200 0*Unlimited means that particulate in this size range is not counted; however, if theaccumulation of this silt is sufficient to interfere with the analysis, the sample shallbe rejected. No obvious rust or other coloration should be on ammonia sample Milliporefilter.(6)Filter. A filter with no more than a 25-micrometer absolute rating shall beinstalled between the manufacturers plant system and the manifold used to fill thecontainers for delivery. If accumulation of silt is sufficient to interfere with theanalysis, the product shall be rejected. No obvious rust or other discoloration shouldbe visible.Vendors having the capabilities necessary to meet the stated requirements are invited tosubmit a capability statement of two (2) pages or less, using a minimum font size 12. Thecapability statement should, at a minimum, indicate the companys ability to perform allaspects of the effort described herein, and the companys technical qualifications tomanufacture and deliver anhydrous ammonia to KSC.Responses shall also include the following information: Name and address of firm; number of employees;ownership;whether they are large, small, small disadvantaged, Veteran, Service DisabledVeteran, 8(a), HUBZone, and/or woman-owned;if items are available on a Federal Supply Schedule please indicate the contractnumber; number of years in business and;any relevant current or past performance of equal or similar effort (highlightrelevant work performed, contract number, contract type, and dollar value of eachcontract). All responses shall be submitted electronically to the following e-mail address:lourdes.m.schroeder@nasa.gov. Responses must be received by Wednesday, October 22, 2008at 1:00 p.m. EST. The submission shall be prepared in either PDF or Microsoft Office2000 or greater. PLEASE INCLUDE THE REFERENCE NUMBER IN THE SUBJECT LINE OF THESUBMITTED FILE. It is insufficient to provide only general brochures or generic information. NASA/KSCstrongly encourages participation from small business concerns. The Government reservesthe right to set-aside this procurement based on responses hereto.This is not a solicitation announcement. Therefore, a solicitation is not available. Ifa solicitation is released, it will be synopsized in FedBizOpps and on the NASAAcquisition Internet Service (NAIS). It is the potential offerors responsibility tomonitor these sites for the release of any solicitation or synopsis.This sources sought synopsis is for information and planning purposes and is not to beconstrued as a commitment by the Government nor will the Government pay for informationsolicited. Since this is a sources sought announcement, no evaluation letters and/orresults will be issued to the respondents.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4192d5e5ff46fb6a9f87aa9373dff12d&tab=core&_cview=1)
- Record
- SN01691130-W 20081012/081010215043-28dd1c70d3b814e86c4e66adcc8fa918 (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 |