Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,1999 PSA#2344

NASA/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