Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOLICITATION NOTICE

68 -- XENON GAS 99.999% GRADE

Notice Date
9/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10351717
 
Response Due
9/27/2010
 
Archive Date
9/21/2011
 
Point of Contact
Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Dorothy E Viancourt
(Dorothy.E.Viancourt@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 only solicitation;offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)] for XENON GAS2 X 5000LITER BOTTLES OF 99.999% RESEARCH PURE GRADE. 2.2 All xenon feed systems, shall use xenon with the following specifications 2.2.1 The measured xenon purity shall be > 99.999%. 2.2.2 The xenon shall have the following measured impurity levels, analysis): 2.2.2.1 <0.1 ppm Oxygen (02) 2.2.2.2 < 0.1 ppm Water (H20}2.2.2.3 < 0.5 ppm Carbon Monoxide (CO) 2.2.2.4 < 0.5 ppm Carbon Dioxide (C02) 2.2.2.5 <0.1 ppm Carbon Tetrafluoride (CF4) 2.2.2.6 < 0.1 ppm Total Hydrocarbons 2.2.2.7 < 1 ppm Nitrogen (N2) 2.2.2.8 < 2 ppm Hydrogen (H2) 2.2.2.9 < 5 ppm Krypton (Kr) 2.2.2.10 < 1 ppm Argon (Ar) 2.2.2.11 Balance Xenon 2.2,3 Each xenon bottle will be analyzed for the impurities listed in 2.2.2 and thesemeasured levels, along with the analysis technique, minimum detection threshold, andaccuracy for each impurity will be provided with each bottle. 2.2.3.1 Each analysis technique shall have a minimum detection threshold and accuracylisted in 2.3 through 2.6. 2.2.4 The quantity of xenon ordered shall be that quantity after gas analysis iscompleted.2.2.5 Any bottle that fails to comply with any of the above requirements shall berejected. 2.3 Equipment for the gas analysis: 2.3.1 Oxygen (O2) analyzers with < 0.2 ppm accuracy. 2.3.2 Moisture (H20) analyzer with < 0.05 ppm accuracy. 2.3.3 Fourier transfer infrared analyzer with. accuracies for the following impurities: 2.3.3.1 < 0.1 ppm Carbon Monoxide (CO). 2.3.3.2 < 0.1 ppm Carbon Dioxide (CO2) 2.3.3.3 < 0.1 ppm Carbon Tetrafluoride (CF4). 2.3.3.4 < 0.1 ppm Total Hydrocarbons (as Methane) 2.3.4 Gas chromatograph with accuracies for the following impurities 2.3.4.1 < 0.1 ppm Nitrogen (N2) 2.3.4.2 < 0.5 ppm Hydrogen (H2) 2.3.4.3 < 0.1 ppm Krypton (Kr) 2.3.4.4 < 0.1 ppm Argon (Ar)The provisions and clauses in the RFQ are those in effect through FAC 2005-43http://nais.nasa.gov/far/. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 325120 /1000 respectively. 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. Delivery to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, CLEVELAND OHIO 44135-3191,B-215 CHEMCIAL RECEIVING DOCK. JOE SEPICH.Offers for the items(s) described above are due by September 27, 2010 to NASA GLENNRESEARCH CENTER, 21000 BROOKPARK ROAD, CLEVELAND OH 44135-3191 ATTN: De Viancourt @ MS60-0 or fax# 216-433-5489 or email to: Dorothy.E.Viancourt@nasa.gov and must include,solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), taxpayer identification number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items 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 (JUNE 2008), 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 (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: NONEThe 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 DeViancourt not later than September 23, 2010. Telephone questions will not be accepted. USING SIMPLIFIED PROCEDURES FOR COMMERCIAL IEMS AND A TRADE-OFF SOURCE SELECTION PROCESSIN WHICH THE GOVERNMENT MAY CONSIDER AWARD TO OTHER THAN THE LOWEST PRICE OFFEROR OROTHER THAN THE HIGHEST TECHNICALLY RATED OFFEROR WILL BE USED TO ACHIEVE BEST VALUE.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: must meet purity requirementand deliver time shall also be considered. It is critical that offerors provide adequatedetail to allow evaluation 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'. A full copy will be included with order when award is placed.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 offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (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/NNC10351717/listing.html)
 
Record
SN02290991-W 20100923/100921235602-36d61e1f842291ffa3780d7e46706131 (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.