|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102NASA/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)
544-4080, 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. THIS NOTICE CONSTITUTES
AMENDMENT NO. 1 TO THE SOLE SOURCE SYNOPSIS FOR A 4" X 6" Vacuum
Jacketed Piping and Valves. Companies shall acknowledge all
amendment(s) in their quote. This notice serves as the official
amendment to synopsis and a written amendment will not be issued. The
purpose of this amendment is to delete the sole source synopsis posted
on May 7, 1998, in its entirety. Based upon information received, the
Government is converting from sole source to full and open competition
for the vacuum jacketed piping and valves. The following replaces the
sole source synopsis: This notice is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in FAR
Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation;
quotes are being requested and a written solicitation will not be
issued. Item 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. 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). The provisions and clauses in
the RFQ are those in effect through FAC 97-04. This procurement is a
total small business set-aside. See Note 1. The SIC code and the small
business size standard for this procurement are 3492 and 500
employees, respectively. The quoter shall state in their quotation
their size status for this procurement. All qualified responsible
business sources may submit a quotation which shall be considered by
the agency. Delivery to MSFC is required within 30 days ARO. Delivery
shall be FOB Destination. The DPAS rating for this procurement is
DO-C9. Quotations for the items(s) described above may be mailed or
faxed to the identified point of contact [or bid distribution office,
by the date/time specified and 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 authorized company representative. Quoters
are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1 with exception of (d), (h) and (i). If the end product(s)
quoted is other than domestic end product(s) as defined in the clause
entitled "Buy American Act -- Supplies," the quoter shall so state and
shall list the country of origin. The Representations and
Certifications required by FAR 52.2l2-3 may be obtained via the
internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR
52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows:
52.204-4, 52.211-15, and 52.247-34. FAR 52.212-5 is applicable and the
following identified clauses are incorporated by reference.
52.212-5(b): 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3.
Questions regarding this acquisition must be submitted in writing no
later than May 27, 1998. Quotations are due by close of business on May
29, 1998, to the address specified above. Selection and award will be
made (on an aggregate basis) to the lowest priced, technically
acceptable quoter. Technical acceptability will be determined by
information submitted by the quoter providing a description in
sufficient detail to show that the product quoted meets the
Government's requirement. Quoters must provide copies of the provision
at 52.212-3, Offeror Representation and Certifications -- Commercial
Items with their quote. See above for where to obtain copies of the
form via the Internet. An ombudsman has been appointed -- See Internet
Note "B". It is the quoter's responsibility to monitor this site for
the release of amendments (if any). Potential quoters will be
responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). Any referenced notes can
be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. (0140) Loren Data Corp. http://www.ld.com (SYN# 0283 19980526\48-0001.SOL)
48 - Valves Index Page
|
|