Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102

NASA/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