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