Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1999 PSA#2362

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

66 -- PILOT SCALE SPRAY DRYER SOL RFQ3-127543 DUE 061899 POC Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GRC/date.html#RFQ3-127543. E-MAIL: Glen M. Williams, Glen.M.Williams@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 the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Item 1 Pilot-Scale Spray Drier, quantity 1, which meets the following specifications: 1. Unit shall include a bottom-mounted fountain-style atomizer. Orifice disks shall be fabricated from tungsten carbine for maximum abrasion resistance. An air flow meter and air filter shall be included. 2. Unit shall also include a top-mounted air-driven rotary spray atomizer. The atomizer shall spin at a minimum speed of 30,000RPM at 90psig gas pressure. The atomizer wheel and all parts coming in contact with the liquid feed shall be made of stainless steel. This item hall be priced separately. 3. The drying chamber shall have an inside diameter of not less than 30 inches and not greater than 48 inches. The interior and exterior shell shall be fabricated from stainless steel with insulation between the interior and exterior shells. An interior light for inspection and rapping stud or other arrangement for loosening powder adhering to the interior walls shall be provided. Access for interior cleaning shall be provided. Height of the unit, including the height of any open roof hatches, shall be no greater than 96 inches. 4. The drying chamber shall be heated electrically with maximum power of not less than 7kw at 230/460volt, 3 phase, 60hz. Power shall be infinitely variable up to the maximum. Maximum air temperature shall be no less than 300C. Water evaporation capacity at 300C shall be no less than 10lb/hr. 5. The bottom of the chamber shall be fitted with a stainless steel valve. Product shall be collected in an attached glass jar 6. All air ducts shall be made of stainless steel 7. A stainless steel cyclone with attached glass jar for product collection shall be provided. 8. In instrument panel displaying inlet and outlet air temperatures, pressure of compressed air to the fountain atomizer, an all necessary switches shall be provided 9. The supporting structure shall be fabricated from stainless steel. 10. One reverse pulse pleated cartridge filter/collector with Teflon coated Nomex filter cartridge capable of collecting minimum of 99.99% of 10 micron fines and 99.95% of 0.5micron fines shall be provided. The collector housing shall be fabricated from stainless steel 11. One peristaltic feed pump and solid state motor speed controller shall be provided. Pump shall be 1/12HP, 30 to 600RPM, 115V, 1 phase, 60 HZ, 24 to 480CC/min (based on water) Item 2 Spare Parts. The following spare parts shall be provided in the quantity stated: One spare set of packings for the pneumatic lifting device, atomizer, cyclone, and air ducts. One spare powder collection jar. One spare filter for inlet air heater. Item 3 Documentation: 1 set of instruction manuals shall be provided with Item 1. 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 3564 and 500, 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 John H. Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 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 are due by June 18, 1999 5 p.m. local DST and may be mailed or faxed to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135, Attn: Glen M. Williams, MS 500-306, fax: 216 433-5489 (note: It is still the offeror's responsibility to provide the necessary information by the due date and time regardless of whether the cited fax machineis working properly, busy, or otherwise unable to receive the necessary materials in a timely manner) 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/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. There is NO Addenda to 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 at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. There is NO Addenda to FAR 52.212-4. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 1998) (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10). 52.225-18, European Union Sanction for End Products (E.O. 12849). 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NONE (d) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately-Owned U.S.- Flagged Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). (End of clause) Questions regarding this acquisition must be submitted in writing no later than June 10, 1999. Selection and award will be made on an aggregate basis (Items 1-3) 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. 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 the following Internet site for the release of amendments (if any): http://procurement.nasa.gov/EPS/GRC/class.html. 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/nasanote.html Posted 06/04/99 (D-SN339253). (0155)

Loren Data Corp. http://www.ld.com (SYN# 0372 19990608\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page