|
COMMERCE BUSINESS DAILY ISSUE OF MAY 12,1998 PSA#2093NASA/George C. Marshall Space Flight Center, Procurement Office,
Marshall Space Flight Center, AL 35812 48 -- 4" X 6" VACUUM JACKETED PIPING AND VALVES SOL 8-1-8-02-B9198 POC
Teresa A. Foley, Contracting Officer, Phone (205) 544-0335, Fax (205)
544-9080, Email teresa.foley@msfc.nasa.gov WEB: Click here for the
latest information about this notice,
http://nais.nasa.gov/EPS/MSFC/date.html#8-1-8-02-B9198. E-MAIL: Teresa
A. Foley, teresa.foley@msfc.nasa.gov. NASA/MSFC plans to issue a
Request for Quotation (RFQ) for a 4 x 6 Vacuum Jacketed Piping and
Valves meeting the following requirements: 1. The contractor shall
provide the 4"X6" vacuum jacketed liquid hydrogen pipe system in
factory-prefabricated, tested, evacuated, and cleaned sections.
(Sections to be flushed with de-ionized water to remove large particles
and then dried with dry nitrogen gas to a dewpoint of 65 degrees
fahrenheit). 2. Contractor shall provide vacuum seal-off valves with
TELEVAC Thermocouple gage tubes compatible with existing hardware (CVI
MODEL V-1046-31). 3. The piping system shall be supplied in multiple
spool sections equipped with bayonet connectors. Assembly to be
performed at MSFC by MSFC personnel. No welding, insulating, vacuum
leak testing, or vacuum pumping should be required to make a mechanical
connection between pre-evacuated spool sections. 4. The contractor
shall perform 100% radiograph inspection of all inner line butt welds
per ASME B31.3. 5. The contractor shall perform 100% radiograph of
inner line longitudinal welds is seamed pipe is used. 6. The contractor
shall pressure test the inner line per ASME B31.3. 7. The contractor
shall perform a helium mass spectrometer leak check (No leakage
allowable at 1X10E-9 standard cc/second machine sensitivity) and vacuum
retention test for vacuum integrity (vacuum level at shipping shall be
35 microns or less). 8. The contractor shall evacuate the lines,
concurrent with a "baking" process to accelerate outgassing. The
contractor shall install a chemical gettering system in the vacuum
annulus to insure maximum long-term vacuum efficiency. The contractor
shall wrap the inner line of piping with layers of laminar radiation
shielding, or superinsulation (heat leak shall be less than 1.407
btu/hr-ft). 9. The contractor shall provide a detailed drawing of the
complete system, for approval prior to contract award. 10. The
contractor shall provide a detailed analysis of pipe stress, system
flexibility, heat leak values, and maximum loads on all supports. 11.
The contractor shall provide (4) vacuum jacketed valves 4" globe type,
Cv equal to or greater than 250, with a cylinder type actuator (150
psig operating pressure), air to open, air to close with a spring bias
to fail closed. Valves must be supplied with explosion proof limit
switches. 12. The contractor shall provide vacuum jacketed filters (2),
4 ", capable of flowing at least 600 GPM, with a delta P of less than
1 psid, with a 400 micron absolute rating. Must have a maximum
operating pressure of at least 150 psig. 13. The contractor shall ship
the piping system to MSFC West Test Area (through MSFC shipping and
receiving). 14. The contractor shall provide anchor and support
locations. 15. The contractor shall provide suggested anchor and
support designs. A. The Government shall provide the following: 1. The
anchors and supports will be provided by MSFC. 2. The piping system
will be installed by MSFC. B. Specifications 1. Inner line and jacket
pipe shall be stainless steel per ASTM A312 TP-304L. Inner liner
schedule 5, jacket piping shall be schedule 10S. 2. Fittings shall be
butt weld type ASTM A403 WP-304L 3. Flexhoses and jacket expansion
joints shall be stainless steel grade 321 with 304L stub ends. 4.
External expansion joints shall be equipped with removable stainless
steel bellows shields. 5. All welding to be done per ASME B31.3. 6.
Boss sizes and locations to be coordinated with contractor prior to
final design submittal during site visit. 7. Exact measurements of
system to be taken by contractor prior to submittal of offer
(coordinate site visit with Teresa A. Foley, Procurement Office). 8.
Interface requirements of system to be coordinated with contractor
during site visit. This procurement is being conducted under the
Simplified Acquisition Procedures (SAP). NASA/MSFC intends to purchase
the items from PHPK Technologies Inc., 535 Enterprise Drive,
Westerville, OH 43801. This sole source action is based on system
compatibility and proprietary specifications. The Government intends to
acquire a commercial item using FAR Part 12. Any referenced notes can
be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. Interested firms have until
May 15, 1998, to submit in writing to the identified point of contact,
their qualifications/ capabilities. Such qualifications/capabilities
will be used solely for the purpose of determining whether or not to
conduct this procurement on a competitive basis. Responses received
after May 15, 1998, or without the required information will be
considered nonresponsive to the synopsis and will not be considered. A
determination by the Government to not compete this proposed effort 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 in response to this notice. All responsible sources
may submit an offer which shall be considered by the agency. An
Ombudsman has been appointed. See Internet Note "B". (0127) Loren Data Corp. http://www.ld.com (SYN# 0222 19980512\48-0001.SOL)
48 - Valves Index Page
|
|