Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2010 FBO #3157
SOLICITATION NOTICE

43 -- HIGH-VACUUM LEAK DETECTOR

Notice Date
7/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10DE90P
 
Response Due
7/30/2010
 
Archive Date
7/15/2011
 
Point of Contact
John Lu, Contract Specialist, Phone 650-604-6516, Fax 650-604-0912, Email john.lu@nasa.gov - Sarah M Andrae, Contracting Officer, Phone 650-604-3136, Fax 650-604-0912, Email Sarah.M.Andrae@nasa.gov
 
E-Mail Address
John Lu
(john.lu@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC has a requirement for a new, dry (oil-free), high-vacuum leak detector.The system must support H2 sensing, i.e. the system is to offer 4He, 3He and H2 leakdetection capability. The equipment must be easily movable around the lab and be configured with at most twostandalone units, e.g. one being a high-throughput, high-vacuum pump station, while theother unit is a modest vacuum, high-sensitivity leak detector that is easily tied intothe fore-vacuum of the pump station. The complete pumping station and mass-spectrometry-based, high-sensitivity leak detectionequipment is to be able to pull down modestly large lab systems within a couple of hoursto a high vacuum (< 10-6 Torr). This implies a minimum pumping capacity of 200 l/sec(at pressures <10-4 Torr) and a base pressure of 10-7 Torr or better. The systemmust enable leak detection of systems that range from having large leaks causing a verypoor vacuum (10 Torr and worse) to a very good vacuum with possibly very small leaks(< 10-8 std.cc/sec) that only cause problems after cool-down to cryogenictemperatures. Therefore, high crossover pressure (> 10 Torr) and the inclusion of asniffer probe are essential, as is high leak rate sensitivity (better than 10-9std.cc/sec).The instrument must also be able to pull down the pressure in sizable test vessels (order100 liter) to a high vacuum within a couple of hours (reach 10-5 Torr in 1/2 to 1 hr,10-6 in 4-6 hours and dipping below 2*10-7 in 12-16 hrs).A summary of the requirements for this instrument are as follows:Oil-free;Leak rate sensitivity: Resolution to 5*10-10 Std.cc/sec or better;4He, 3He and H2 leak detection capability;Throughput: Exceeding 200 l/sec nearing the low-end pressure;Vacuum Limit: Better than 10-7 Torr;Crossover Pressure > 10 Torr;Sniffer probe included;The systems need to be on wheels A single fully integrated system or at most two subsystems being one high-throughput,high-vacuum pump station and one modest-vacuum leak detector;Should be able to perform to spec through 2025Delivery to NASA Ames Research Center, Receiving Section, Building 255, Moffett Field, CA94035-0001 is required within 90 days ARO. Delivery shall be FOB Destination. 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, which is issued as a Request for Quotation (RFQ); quotes are beingrequested and a written solicitation will not be issued. The information required by FARSubpart 12.6 is included in the on-line RFQ.The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.Offerors shall provide the information required by FAR 52.212-1, Instructions toOfferors-Commercial Items, which is incorporated by reference. If the end product(s)offered is other than domestic end product(s) as defined in the clause entitled BuyAmerican Act Supplies, the offeror shall so state and shall list the country oforigin. FAR 52.212-4, Contract Terms and Conditions Commercial Items is applicable. The FARmay be obtained via the internet at URL: http://www.acquisition.gov/far/index.html. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors proposed technical merit andprice. Other critical requirements such as instrument sensitivity and features shall alsobe considered. It is critical that offerors provide adequate detail to allow evaluationof 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://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract. The NAICS Code and the small business size standard for this procurement is 333911 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.Potential bidders MUST submit the following in order to be evaluated and considered forthis procurement: quote, capability statement to ensure that the contractor can meet allGovernment requirements (maximum of 2 pages, 12 pt. font), delivery schedule, andRepresentations & Certifications as described above. Please ensure that the registrationon the Online Representations & Certifications Application--ORCA--is complete and valid;the web address is https://orca.bpn.gov/. Offers for the item described above must alsoinclude solicitation number, FOB destination to this Center, discount/payment terms,warranty duration (if applicable), taxpayer identification number (TIN), identificationof any special commercial terms, and be signed by an authorized company representative.An ombudsman has been appointed - See NASA Specific Note 'B'.Questions regarding this acquisition must be submitted in writing ((email preferred) toJohn Lu, John.Lu@nasa.gov, fax number (650) 604-0912 no later than 4:00 p.m. PST on July30, 2010. Telephone questions will not be accepted.Prospective quoters shall notify this office of their intent to submit a quotation. It isthe quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, theon-line RFQ and amendments (if any).Any referenced notes may be viewed at the following URLs link below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10DE90P/listing.html)
 
Record
SN02206383-W 20100717/100715234648-d214e689a4d0df26311326cbaca62892 (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.