|
COMMERCE BUSINESS DAILY ISSUE OF MAY 12,1999 PSA#2344NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 A -- WATER FLOW CONTROL ASSEMBLY SOL RFO3-105742 DUE 062199 POC Jane
M. Cochran, Contracting Officer, Phone (216) 433-2739, Fax (216)
433-2480, Email Jane.M.Cochran@grc.nasa.gov WEB: Click here for the
latest information about this notice,
http://nais.nasa.gov/EPS/GRC/date.html#RFO3-105742. E-MAIL: Jane M.
Cochran, Jane.M.Cochran@grc.nasa.gov. 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 an
update to a notice posted August 24, 1998, for a Water Flow Control
Assembly (WFCA) Orbital Replacement Unit (ORU); quotes are being
requested and a written solicitation will not be issued. This
procurement is being conducted under the Simplified Acquisition
Procedures (SAP). The following is a description of the procurement:
FLIGHT HARDWARE, WATER FLOW CONTROL ASSEMBLY (WFCA) ORBITAL REPLACEMENT
UNIT (ORU) -- UNITS (A) & (B) The WFCA ORU is an assembly within the
FLUIDS & COMBUSTION FACILITY (FCF) WATER THERMAL CONTROL SUBSYSTEM
(WTCS) that will control and monitor water that flows through the
racks. The Government will make a selection from Option #1 or Option
#2, as described below, or combination of Options 1 and 2 which the
Government deems in its best interest. OPTION #1 The WFCA shall consist
of the following subassemblies: 1. Subassembly #1 (UNITS A & B): 7
VALVE -- Solenoid Flow Control Valve 7 FLOW SENSOR -- Differential Flow
Pressure Transducer 2. Subassembly #2 (UNITS A & B): 7 Valve Controller
7 Cable The two subassemblies shall be separate from each other and be
able to be mounted at different areas of the Rack. The two
subassemblies shall be connected together with the cable. See attached
drawing #1 for details. Subassembly #1 envelope & mounting provisions
shall be per attached drawing #2A Subassembly #2 envelope & mounting
provisions shall be per attached drawing #3 The Fluid Quick Disconnects
(QDs) shall be procured and installed by NASA. (Drawings #1 & #2
include QDs). The water interface with the WFCA shall be either a 1/2
inch (-08) and/or a 3/8 inch (-06) boss per MS33649 or MS16142. The
Fluid Quick Disconnects shall be provided for assembly testing if
needed. OPTION #2 The WFCA shall consist of the following: 1.
Subassembly #1 (UNITS A & B): 7 VALVE -- Solenoid Flow Control Valve 2.
Subassembly #2 (UNITS A & B): 7 Valve Controller 7 Cable The two
subassemblies shall be separate from each other and be able to be
mounted at different areas of the Rack. The two subassemblies shall be
connected together with the cable. See attached drawing #1 for
details. Subassembly #1 envelope & mounting provisions shall be per
attached drawing #2B, as a KIT to be integrated by customer.
Subassembly #2 envelope & mounting provisions shall be per attached
drawing #3 The FLOW SENSOR -- Differential Flow Pressure Transducer
shall be procured and installed by NASA. All testing of subassemblies
#1 & #2 will be done with the FLOW SENSOR provided by NASA as
Government Furnished Equipment (GFE). The Fluid Quick Disconnects (QDs)
shall be procured and installed by NASA. (Drawings #1 & #2 include
QDs). The water interface with the WFCA shall be either a 1/2 inch
(-08) and/or a 3/8 inch (-06) boss per MS33649 or MS16142. TheFluid
Quick Disconnects shall be provided for assembly testing if needed. The
specifications/salient features/statement of work for the above item(s)
may be reviewed on the World Wide Web at URL:
http://procurement.nasa.gov/EPS/GRC/Synopses/GRC/RFO3-105742/. End of
procurement description. The provisions and clauses in the RFQ are
those in effect through FAC 97-11. The SIC code and the small business
size standard for this procurement are 3769 and 1,000, 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 is
required in accordance with the schedule listed below. Delivery shall
be FOB Destination. QUANTITY (UNIT A) DELIVERY TIME 6 Contract Award
Date + 14 Months 6 Contract Award Date + 16 Months 6 Contract Award
Date + 18 Months 6 Contract Award Date + 20 Months 6 (Optional)
Contract Award Date + 22 Months QUANTITY (UNIT B) DELIVERY TIME 4
Contract Award Date + 14 Months 4 May 1, 2001 Quotations for the
items(s) described above may be mailed or faxed to the identified point
of contact by the date/time specified and will 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/Forms/Index.html to submit a quotation.
Quoters shall provide the information required by FAR 52.212-1. 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 atURL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR
52.212-4 is applicable. FAR 52.212-5 is applicable and the following
identified clauses are incorporated by reference. 52.219-8, Utilization
of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.232-33,
Payment by Electronic Funds Transfer-Other Than Central Contractor
Registration (31 U.S.C. 3332). Questions regarding this acquisition
must be submitted in writing no later than June 1, 1999. Quotations are
due by June 21, 1999 to the address specified above. Award will be
based upon overall best value to the Government, with consideration
given to the factors of proposed technical merits, price and past
performance; other critical requirements (i.e., delivery) if so stated
in the RFQ will also be considered. Unless otherwise stated in the
solicitation, for selection purposes, technical, price and past
performance are essentially equal in importance. It is critical that
offerors provide adequate detail to allow evaluation of their offer
(see FAR 52.212-1(b). 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). Posted 05/10/99
(D-SN329746). (0130) Loren Data Corp. http://www.ld.com (SYN# 0008 19990512\A-0008.SOL)
A - Research and Development Index Page
|
|