SOLICITATION NOTICE
36 -- VENT LINE SILENCER
- Notice Date
- 9/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332313
— Plate Work Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC10357829Q
- Response Due
- 9/22/2010
- Archive Date
- 9/15/2011
- Point of Contact
- Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
- E-Mail Address
-
Nancy M. Shumaker
(Nancy.M.Shumaker@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 one Vent Line Silencerin accordance with the following specifications (See attachment for pictures):The contractor shall supply one vent line silencer complete and ready to install, per thefollowing specifications. This is for replacement of an existing silencer and dimensionsstated are critical. Any deviation or alternate proposals from these specificationsshall be conveyed to NASA within the bid package. FIGURE 1 & 2: (See Attachment)View of existing silencer with 18 stack attached.1. The silencer shall be compatible with the products of combustion between air and jet-Afuel. A molecular weight of 29 may be assumed.2. The silencer shall be capable of operation at inlet conditions of 1000F and 60-psigwith a maximum temperature rating of 1100F.3. The silencer shall be capable of passing up to 50-pps of the above flow.4. The silencer designed pressure drop shall not exceed 10-psi.5. The silencer shall maintain the noise levels within 25 feet of its exit at or below80- dbA. The contractor shall furnish an octave band center frequency chart with thebid, and upon delivery of the silencer. The contractor does not have to consider theadditional 18 stack for this requirement.6. The silencer shell shall have an outside diameter of 54-3/4, with a radial out ofroundness not to exceed, and an overall length of 213-1/2 from inlet flange face tothe top of the silencer.7. The silencer shall be oriented vertically and have a bottom inlet centered on thesilencers vertical centerline. 8. The silencer inlet shall have a 12 ANSI class 300# raised-face, weld-neck flange anda free exit. 9. Four lifting lugs shall be oriented 90 degrees apart, straddle the inlet flange boltholes and be mounted 40 below the exit of the silencer.10. The silencer shall be designed to last for at least 15-years withoutrepair/replacement, when running 52 weeks per year, 4-days per week and 6-hours per day.11. The silencer shall be designed to have a maximum weight of 6000-lbs.12. The silencer shall have a 48 OD by 48 (see Figure 3 in attachment) long skirt thatwill be used to support and stabilize the silencer. Two 2 diameter holes equally spacedon the skirt shall be included for access to the mounting flange.13. The silencer shall have 2 W6 x 25 I-Beam support/mounting legs equally spaced180-degrees apart around the silencer skirts periphery (see Figure 3 in attachment). The length of the legs shall be four feet to allow NASA to trim the legs to fit and weldmounting pads to them in the field.14. The silencer shall have two additional mounting pads (see Figure 4 in attachment)equally spaced and 67-3/4 from the top of the silencer. NASA will provide a drawing andthe contractor shall verify it is suitable to support the weight of the silencer and the18 stack.15. The silencer shall have a low-point drain built in so that any precipitation thatdoes enter the silencer is allowed to freely drain.16. The silencer shall be designed to support the weight of an additional 18 stack(~4,000 lbs + 200 lbs), installed by NASA, that will mount to the top of the silencer(see Figure 1& 2 in attachment).17. Eight seated chairs equally spaced (1/2thick plate 6 wide x 3-1/2 deep and 8tall,NASA will provide a drawing) shall be welded to the silencers outside diameter 1-10 below the top of the silencer outlet to support the 18 stack (see Figure 5 inattachment). NASA will center and field weld the 18 stack to the silencers seatedchairs. FIGURE 5 (See attachment): Seated chair for 18 stack supports.18. No part of the silencer shall extend beyond a radius of 36 relative to its verticalcenterline.19. The silencer shall be coated with a high temperature paint inside and out to anysurface that requires rust protection.20. The silencer shall be fabricated in accordance with ASME B31.3, all ASME inspectionreports along with a copy of welder qualifications, weld procedures and weld procedurequalification shall be provided with the finished product.21. Drawings of the silencer shall be provided by the contractor to NASA for markup andapproval before construction begins. Silencer delivery shall be no later than 14-weeksafter approval of drawings.The provisions and clauses in the RFQ are those in effect through FAC 2005-44&43B. This procurement is a total small business set-aside. See Note The NAICS Code and the small business size standard for this procurement are 332313/500respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Offers for the items described above are due by COB 09/22/10 to NASA/Glenn ResearchCenter, Attn: Nancy Shumaker (MS:60-1), 21000 Brookpark Road, Cleveland, Ohio 44135 andmust include, solicitation number, proposed delivery schedule, discount/payment terms,warranty duration (if applicable), taxpayer identification number (TIN), identificationof any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product offered is other than domestic end product as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-36, 52.225-1, tw.225-13, and 52.232.33.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 NancyShumaker not later than 09/21/10. 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. Other critical requirements: [INSERT SPECIFIC FACTORS suchas Delivery, Maintenance, etc] shall also be considered] [Delete if there are no otherevaluation factors] It is critical that offerors provide adequate detail to allowevaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), 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.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. Potential offerorswill 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10357829Q/listing.html)
- Record
- SN02283212-W 20100917/100916000254-83425052bc89f2608eba1bb01116791a (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 |