Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26,1996 PSA#1688

NASA, John C. Stennis Space Center, Procurement Office, Stennis Space Center, MS 39529-6000

48 -- GLOBE VALVES Contact, DA10/Contract Specialist, 601-688-1641, DA10/Contracting Officer, 601-688-1640. NASA intends to negotiate only with Annin/Masoneilan of Montebello, California for the following Globe Valves: 1. each (ea), 2 in., 6 ksig, pressure control valve (PCV), electrohydraulic actuator (EH); 1 ea., 3 in., 6 keig, motorized on-off valve (MV), pneumatic actuator (PN); 1 ea., 4 in., 6 ksig, MV, PN; 1 ea., 4 in., PCV, EH; 1 ea., 1 in., 10 ksig, MV, PN, vacuum jacketed valve (VJ); 1 ea., 1 in., 10 ksig, flow control valve (FCV), EH, VJ; 2 ea., 1 in., 10 ksig, MV, PN; 2 ea., 1 in., 10 ksig, FCV, EH; 1 ea., 1 in., 10 ksig, PCV, EH; 2 ea., 1 1/2 in., 10 ksig, MV, PN, VJ; 1 ea., 1 1/2 in., FCV, EH, VJ; 2 ea., 1 1/2 in., 10 ksig, FCV, EH; 5 ea., 2 in., 10 KSIG, PCV, EH; 1 ea., 3 in., MV, EH, VJ; 2 ea., 3 in., 10 ksig, MV, PN; 1 ea., 3 in., 10 ksig, MV, EH; 2 ea., 3 in., 10 ksig, FCV, EH; 1 ea., 4 in., 10 ksig, FCV, EH, VJ; 2 ea., 6 in., 10 ksig, MV, EH; 2 ea., 8 in., 10 ksig, MV, EH; 2 ea., 8 in., 10 ksig, variable position valve (VPV), EH; 1 ea., 8 in., 10 ksig, MV, EH, NJ; 1 ea., 1 in., 15 ksig, PCV, EH; 1 ea., 2 in., 15 ksig, PCV, EH; 2 ea., 3 in., 15 ksig, PCV, EH; 3 ea., 6 in., 15 ksig, MV, EH; 1 ea., 6 in., 15 ksig, FCV, EH; 2 ea., 6 in., 15 ksig, PCV, EH. This procurement is being issued as a sole source to Annin/Masoneilan for commercial items prepared in accordance with the MidRange Pilot Test Program approved by the Office of Federal Procurement Policy on April 16, 1993. Masoneilan is to provide 46 ultra-high pressure gas (UHPG), high pressure gas (HPG), and high pressure cryogenic (HPC) globe valve assemblies. These valves are to be installed and used on the E-1 Test Stand high pressure hydrogen and liquid oxygen run systems. These run systems are to pressure feed and precisely control flows and fluid conditions of propellants to flight rated, flight type, and robust combustion devices as well as other rocket engine components. The UHPG valves range in nominal size from one to six inch with pressure ratings of 15,000 psig while the HPG and HPC valves range in nominal size from one to eight inches with pressure ratings of 6,000 psig and 10,000 psig. The 15,000 psig rated valves will be required to handle and control flows of hydrogen and nitrogen gases at flow rates on the order of 1 to 100 pounds mass per second with service pressures ranging from 4,000 psig to 14,500 psig. The flow control, pressure control, and variable position valves will be required to throttle to turn down ratios as high as 50 with differential pressures across the plug ranging from a few hundred psi to 10,000 psi. The 10,000 psig rated valves are required to handle and control flows of psig and the flow control, pressure control, and variable cryogenic gases and liquid hydrogen and oxygen where oxygen flow rates will range from 18 to 1,000 pounds mass per second. Service pressures will be as high as 8,500 position valves will be required to throttle at turn down ratios similar to those of the UHPG valves mentioned above with differential pressures across the plug ranging from a few psi to 8,000 psi. Service temperatures range from 200 degrees Fahrenheit to -430 degrees Fahrenheit. All valves can or will also be subjected to highly transient flow and thermal conditions in addition to severe internal gradients associated with the nature of rocket engine turbomachinery and, to a somewhat lesser extent, combustion device testing as well as high pressure cryogenic components. Many of the valves will be an integral part of the E-1 Test Stand control system where highly precise rapid, and repeatable throttling is essential. Most critically, valve assemblies are required to have salient design and fabrication features that prevent loosening or blow-out of piece parts, material shedding, impact loading during flow induced vibration, accumulation of contaminants, and high adiabatic compression. Furthermore, a number of valves are required to have pressure balanced stem and plugs to provide high actuation speeds with reduced actuator hydraulic flowrates and where rapid pressure equalization is essential to maintain throttle speeds under highly transient flow conditions. Some other required salient design and fabrication features include, but are not limited to: 1.) integral seat in valve body -- use of stacked piece part arrangements and mechanical fasteners to retain seat or seat retainer is not permitted; 2.) seat seal on plug made of malleable copper alloy or other similar malleable metal and that is integral with plug; 3.) integral plug and stem assembly; 4.) dual stem packing stack arrangements with interstack purge and vent port connections; 5.) packing retainers that prevent packing material extrusion and moisture entry into packing; 6.) packing retainers that provide precise, repeatable, and uniform loading of packing stacks; 7.) configurations that maintain plug to seat alignment without use of swaged or peened in piece parts, sliding guide surfaces in flow stream, and contact friction forces; 8.) no non-metallic materials located within valve body; 9.) use of materials that are resistant to ignition and sustained combustion in high pressure oxygen environments; 10.) limited use of non-metallic materials exposed to service media; 11.) configurations that prevent external leakage under all expected flow conditions, thermal gradients, and thermal transients especially at the body-to-bonnet seals and stem packing areas. All valves shall be of a design that is identical to existing valves having a proven track record of high performance and reliability in services and operating conditions similar to those stated above, with the exception of minor modifications and topworks changeouts required to conform to specifications. --The agency intends to negotiate on a non-competitive basis with Annin/Masoneilan based on unique design requirements under the authority of 10 U.S.C. 2304 (c) (1), supplies or services required are available from only one source on a limited number of sources and no other type of supplies or services will satisfy the agency requirements. Interested firms have fifteen (15) days from the publication date of this synopsis to submit a proposal to include: manufacturer's make and model number of their proposed equipment, prices, business size, delivery schedule, descriptive literature of the offered product, warranty, F.O.B. point, and invoice terms. The proposals will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after the fifteen (15) days or without the required information will be considered non-responsive to the synopsis and will not be considered. A determination by the Government not to compete this proposed contract, on a full and open competitive basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications are not acceptable. Transmission by facsimile to 601-688-1641 or by internet e-mail to james.ashcraft@ssc, nasa.gov are acceptable. No solicitation document exists and requests for such a document will not be considered. A firm fixed price commercial item Standard Form 1449 contract will be awarded. This request is not to be construed in anyway as a commitment of Government funds. This notice constitutes a Request for Offer. See numbered Note 22. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the pre-award and post-awards phases of all NASA/SSC acquisitions. The purpose of the ombudsman is not to diminish the authority of the contracting officer, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participated in the valuation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Mr. Mark Graig at 601-688-2123. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, Tom Luedtke at 202-358-2090. (267)

Loren Data Corp. http://www.ld.com (SYN# 0171 19960925\48-0001.SOL)


48 - Valves Index Page