SOLICITATION NOTICE
66 -- AIR HEATER SYSTEM
- Notice Date
- 10/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423840
— Industrial Supplies Merchant Wholesalers
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11361310Q
- Response Due
- 11/19/2010
- Archive Date
- 10/28/2011
- Point of Contact
- Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, Email Antoinette.M.Niebieszczanski@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Antoinette M. Niebieszczanski
(Antoinette.M.Niebieszczanski@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 an AIR HEATER SYSTEM. A high power, high flow, compact size air heater will be needed for the NASA HighPressure Burner Rig to achieve enhanced testing capability. The air heater shall have acapability to heat the compressed air flow of 0.05 lb/sec (39 SCFM) with 600 psipressure. The heater shall be constructed for maximum air working pressure 600 Psi at1000F vessel temperature (1200F compressed air flow from 70F to 1200F, and built to ASMESection VIII Div 1 code. An integrated heater electronic control system is required forthe air heater system. A high pressure, high flow humidity gauge and mass flow metershall also be integrated to achieve the overall air heating, humidity monitoring, and airflow measurement during the operation. A high power in-line heater element design is preferred, which shall allow the use of ahigher power density required for fast air heating than traditional tubular elements, andwith compact size. The air heat controller shall have a 1/8 DIN digital PID controller with 4-20mA controloutput, 4-20mA remote set point, and 4-20mA retransmit PV. The heating elementcontrollers to be used shall have a four-zone high limit circuit, optically isolated to1000V, for use with thermocouples attached directly to heater coils.An impedance dew point transmitter or humidity gauge shall have a measuring temperaturecapability of 167F for the compressed air or other inert cooling gases. The operating airpressure shall be maximum 600Psi. The gauge shall be able to used for continuousmeasurement of compressed air or processed gas.The air mass flow meter shall have an accuracy better than 0.1% of mass flow rate. Thedensitometer performance shall be available through a density accuracy better than 0.0005g/cm3 with repeatability better than 0.0001 g/cm3. The meter dynamic turn-down rangeshall be better than 500:1. The design of the mass flow meter system shall ensure longlife-time and excellent corrosion resistance in typical high pressure burner rigcompressed air operating conditions. The sensor calibration factor shall be also validfor other gas measurements.The provisions and clauses in the RFQ are those in effect through FAC _2005_- 45.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 423840 and100 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 21000 Brookpark Road, Cleveland, OH is required within eight weeks ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by November 19, 2010 to NASA GlennResearch Center, Attn:Antoinette M. Niebieszczanski, 21000 Brookpark Road, Cleveland,OH 44135 or antoinette.m.niebieszczanski@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), identificationof any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial 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 products offered are other than domestic end products 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. 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) toantoinette.m.niebieszczanski@nasa.gov or (216) 433-5489 not later than close of businessNovember 10, 2010. 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 (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 representationsand certifications 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/NNC11361310Q/listing.html)
- Record
- SN02318634-W 20101030/101028234125-3449fd48ad876af42d3039a6fe7cd0ef (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 |