|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 24,1999 PSA#2374NASA/Goddard Space Flight Center, Code 215, Greenbelt, MD 20771 66 -- VACUUM BRAZING FURNACE SOL RFO5-05571-238 POC Simone N.
Rollings, Contract Specialist, Phone 301-286-8688, Fax 301-286-1720,
Email srolling@pop200.gsfc.nasa.gov -- Elizabeth Austin, Contracting
Officer, Phone (301)286-6843, Fax (301)286-1720, Email
Elizabeth.J.Austin.1@gsfc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/GSFC/date.html#RFO5-05571-238. E-MAIL: Simone
N. Rollings, srolling@pop200.gsfc.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; offers are being requested and a written
solicitation will not be issued. This notice is being issued as a
Request for Offer (RFO) for the purchase of a Vacuum Brazing Furnace
including start-up and on-site training (1 day) by the vendor field
engineer. The Vacuum Brazing Furnace will be used to: (1) develop and
qualify brazing procedures for the upcoming Goddard flight and research
projects, (2)perform vacuum brazing of the actual flight components,
and (3)support vacuum brazing needs for other NASA installations. It is
anticipated that the item will be used continuously to support on-going
research and development efforts as well as to meet the vacuum brazing
needs of the flight projects. 1. Construction The furnace shall be a
horizontal loading type vacuum furnace constructed from a corrosion
resistant alloy. Doors shall be hinged and have two viewing ports that
provide direct view paths into the hot zone. Water cooling shall be
arranged in such a way as to provide extremely efficient and uniform
cooling. 2. Chamber All stainless steel chamber shall have internal
surfaces ground and polished to allow for high purity contamination
free vacuum performance. The chamber shall be configured with the array
of ports, flanges and assorted penetrations to allow for the convenient
field installation of future additions of such accessories as hydrogen
process gas accessory (approved by Factory Mutual), residual gas
analyzer head, arc melting, induction melting, weld box, glove box, and
assorted interchangeable high temperature hot zones configured for
different insulation packages and temperature ranges to be compatible
with future heat treat and high temperature process applications. The
chamber shall be vibration free, i.e. the vacuum system shall be
vibration isolated from the chamber. Hot zone shall be of a box type at
least 20" long with the working volume no less than 0.7 cubic foot. Hot
zone shall be capable of maintaining any temperature within the range
between ambient and 1300 degrees Celsius. The temperature uniformity
within the hot zone shall be within 15 degrees Celsius. The hearth and
radiation shields of the hot zone should be constructed of heat
resistant material, preferably molybdenum. In addition to
overtemperature thermocouple, the hot zone shall have at least one
control thermocouple flexible enough for placement on or near the work
piece anywhere within the hot zone. Atmosphere The furnace shall be
capable of providing a rapid, hard and clean vacuum of the 10-6 torr
range. The furnace shall have a capability of providing automatic inert
gas backfill. The backfill gas shall be able to stay within the
specified flow or pressure range. The furnace shall have a capability
to reach specified temperatures while back filled with the inert gas at
or slightly below atmospheric pressure. Controls Furnace shall have
programmable multi-channel digital process controller and recorder for
automatic operation and recording of the system performance. The
furnace shall have a communication interface/board for remote operation
via desk top personal computer. The furnace shall have a manual
shut-off switch that can override the running program. The furnace
shall include all NFPA required safety features with build in alarms
and overtemperature protection. The provisions and clauses in the RFO
are those in effect through FAC 97-11. 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 3567 and 500
employees,respectively. The offeror shall state in their offer their
size status for this procurement. All qualified responsible business
sources may submit an offer which shall be considered by the agency.
Delivery to GSFC is required in accordance within ninety (90) days ARO.
Delivery shall be FOB Destination. The DPAS rating for this procurement
is DO-C9. Offers for the items(s) described above may be delivered to
Goddard Space Flight Center, Bldg. 11, Rm S215 Attn: Simone N.
Rollings, Code 215, Greenbelt, MD 20771 by 15 calendar days from the
posting date of this synopsis/solicitation. Offers must 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. Offerors 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 offer. In
addition, offeror's total proposal is limited to five (5) pages,
excluded from the 5 pages is the offeror's Certifications and
Representations and Standard Form 1449. one original and one copy of
the proposal are required. Offerors shall provide the information
required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows:
(b)(4)A technical proposal addressing how the start-up and 1 day onsite
training would be performed. If the end product(s) offered is other
than domestic end product(s) as defined in the clause entitled "Buy
American Act -- Supplies," the offeror shall so state and shall list
the country of origin. FAR 52.212-4 is applicable. FAR 52.212-5 is
applicable and the following identified clauses are incorporated by
reference: 52.222-3 Convict Labor (August 1996),52.233-3 Protest after
Award (August 1996), 52.203-6 Restrictions on Subcontractor Sales to
the Government (Jul 1995), 52.203-10 Price of Fee Adjustment for
Illegal or Improper Activity (Jan 1997),52.219-6 Notice of Total Small
Business Set-Aside(Jul 1996),52.219-8 Utilization of Small, Small
Disadvantaged Business and Women Owned Small Business Concerns(Jun
1997),52.219-14 Limitations on Subcontracting (Dec 1996),52.222-26
Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled
Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action
for Disabled Workers, 52.227-37 Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era, 1852.215-84 Ombudsman **
Insert " Mr. William F. Townsend, (301) 286-8764" and " Before
consulting with any ombudsman, interested parties must try to resolve
their concerns with the Contracting Officer. Do not call the ombudsman
for solicitation requests/information." 1852.246-72 Material
Inspection and Receiving Report (June 1995). Questions regarding this
acquisition must be submitted in writing no later than Jun 30, 1999.
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 solicitation will also be considered. Technical merit
will be assessed based on the offeror's approach to meeting the
requirements. The critical factor to be considered in past perfomance
will be the offeror's experience in the successful design,
construction, delivery, and customer support associated with the sale
of Vacuum Brazing Furnaces. 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)). Offerors must include completed
copies of the provision at 52.212-3, Offeror Representations and
Certifications -- Commercial Items with their offer. These may be
obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/. These
representations and certifications will be incorporated by reference in
any resultant contract. An ombudsman has been appointed. See Internet
Note "B". Prospective offerors shall notify this office of their intent
to submit an offer. It is the offeror's responsibility to monitor the
following Internet site for the release of solicitation amendments (if
any): http://procurement.nasa.gov/EPS/GSFC/class.html Potential
offerors 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 06/22/99
(D-SN345794). (0173) Loren Data Corp. http://www.ld.com (SYN# 0318 19990624\66-0005.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|