Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
SOLICITATION NOTICE

68 -- XENON GAS PROPULSION GRADE

Notice Date
4/29/2011
 
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
NNC11386106Q
 
Response Due
5/13/2011
 
Archive Date
4/29/2012
 
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, 12,500 liters of propulsion grade (also called grade EW or research grade 5.0).The propulsion grade xenon is to be delivered in steel compressed cylinders (one of the 2types listed below) that are rated for >2000 psig internal pressure and meet or exceedDOT CFR 49 regulations with a type CGA 580 valve fitting. The cylinders must have atleast 2 years remaining prior to the required cylinder retest date. The cylinders will berented with a daily rental charge included in the bid. The measured xenon purity shall begreater than or equal to 99.999% and meet the requirements for impurities listed below bymeasuring the impurities in each individual bottle.Bottle Requirements: Steel Cylinder Size 2 (K bottle) or 3; Size in inches not includingcylinder valve [Diameter X Height] (size 2) 9 X 51 or (size 3) 7 X 32; Nominal TareWeight in pounds (size 2) 115 or (size 3) 47; Approximate Internal Volume @ 21C, 1 atmin liters (size 2) 44 or (size 3) 16; Pressure Rating in psig (size 2) 2265 or (size 3)2015.Impurity Level Requirements: Xenon purity >= 99.999%; O2 <= 0.1 ppm; H2O <=0.1 ppm; CO <= 0.5 ppm; CO2 <= 0.5 ppm; CF4 <= 0.1 ppm; THC <= 0.1 ppm; N2<= 1 ppm; H2 <= 2 ppm; Kr <= 5 ppm; Ar <= 1 ppm; Remaining balance Xenon[total impurities <= 10.4 ppm].A certificate of analysis is required for each cylinder to verify purity requirements.Lot impurities or measured impurities prior to any xenon transfer are not valid.Individual bottle certificates after xenon transfer is completed are required. Impuritiesfor all constituents listed above in section 2.2 shall be measured and shall be less thanthe maximum acceptable levels identified. The impurity measurement accuracy shall beequivalent to or better than that identified below.Impurity Measurement Accuracy Requirements: O2 <= 0.1 ppm; H2O <= 0.05 ppm; CO<= 0.1 ppm; CO2 <= 0.1 ppm; CF4 <= 0.1 ppm; THC <= 0.1 ppm; N2 <= 0.1 ppm;H2 <= 0.5 ppm; Kr <= 0.1 ppm; Ar <= 0.1 ppm.Each delivered xenon bottle shall be analyzed for the impurities listed above. Themeasured impurities values, along with analysis technique, minimum detection threshold,and accuracy for each impurity will be provided with each bottle. The quantity of xenonordered shall be the quantity after bottle analysis is completed. Any bottle that failsto comply with the above requirements for measured impurity levels shall be rejected. Anybottle that does not have an accompanying certificate of measured impurity levels forthat bottle shall be rejected. Any xenon bottle that does not comply with the minimumdetection level and accuracy for impurity measurement as stated shall be rejected. Anygas cylinder with less than 2 years remaining prior to recertification date will berejected. The government has the right to inspect any or all of the work included in thisorder at the suppliers plant. A liter will be defined at standard temperature andpressure conditions of 32F and 29.92 inches of mercury (Hg).The provisions and clauses in the RFQ are those in effect through FAC2005-47. http://nais.nasa.gov/far/. This procurement is a total small business set-aside. See Note 1The NAICS Code and the small business size standard for this procurement are 325120/1,000 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 NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD., CLEVELAND OHIO 44135-3191. Delivery shall be FOB Destination. Offers for the items(s) described above are due by MAY 13, 2011 (FRIDAY) to PROCUREMENT,DE VIANCOURT (Dorothy.E.Viancourt@nasa.gov, fax# 216-433-5489 or NASA Glenn ResearchCenter, De Viancourt MS 60/0, 21000 Brook Park Ohio 44135-3191) 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, Rental charges and any Haz mat orother hazardous material charges, 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. Addenda to FAR 52.212-1are as follows: NONE. 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable.Addenda to FAR 52.212-4 are as follows: NONE. FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference NONE. 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 CYLINDER CLAUSE FOR RENTAL WILL BE PART OF THE COMPLETED PURCUREMENT ORDER. All contractual and technical questions must be in writing (e-mail or fax) toDorothy.E.Viancourt@nasa.gov or fax to 216-433-5489 not later than MAY 5, 2011 ***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: Each delivered xenon bottle shall be analyzed for theimpurities listed above. The measured impurities values, along with analysis technique,minimum detection threshold, and accuracy for each impurity will be provided with eachbottle. The quantity of xenon ordered shall be the quantity after bottle analysis iscompleted. Any bottle that fails to comply with the above requirements for measuredimpurity levels shall be rejected. Any bottle that does not have an accompanyingcertificate of measured impurity levels for that bottle shall be rejected. Any xenonbottle that does not comply with the minimum detection level and accuracy for impuritymeasurement as stated shall be rejected. Any gas cylinder with less than 2 yearsremaining prior to recertification date will be rejected. The government has the right toinspect any or all of the work included in this order at the suppliers plant. A literwill be defined at standard temperature and pressure conditions of 32F and 29.92 inchesof mercury (Hg). It is critical that offerors provide adequate detail to allow evaluation of their offer.(SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), **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'. 1852.215-84 Ombudsman. (OCT 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the preaward and postawardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is not todiminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contractdisputes. Therefore, before consulting with an ombudsman, interested parties must firstaddress their concerns, issues, disagreements, and/or recommendations to the contractingofficer for resolution.(b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman, which is posted athttp://prod.nais.nasa.gov/pub/pub_library/Omb.html. Concerns, issues, disagreements, andrecommendations which cannot be resolved at the installation may be referred to the NASAombudsman, the Director of the Contract Management Division, at 202-358-0445, facsimile202-358-3083, e-mail james.a.balinskas@nasa.gov. Please do not contact the ombudsman torequest copies of the solicitation, verify offer due date, or clarify technicalrequirements. Such inquiries shall be directed to the Contracting Officer or as specifiedelsewhere in this document.(End of clause)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/NNC11386106Q/listing.html)
 
Record
SN02437268-W 20110501/110429235105-6e6726a0a1f6cfc178768a960c64e8a8 (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.