Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,2000 PSA#2653

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

43 -- CRYO-PUMP AND SHROUD FOR VACUUM BELL JAR SOL 8-1-0-E2-C9586 DUE 081100 POC Becky LaRue, Contract Specialist, Phone (256) 544-5665, Fax (256) 544-8434, Email becky.larue@msfc.nasa.gov -- David A. Iosco, Contracting Officer, Phone (256) 544-0387, Fax (256) 544-4400, Email david.iosco@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#8-1-0-E2-C9586. E-MAIL: Becky LaRue, becky.larue@msfc.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 -- Quantity 1, Unit/Each Item Description: APD Cryogenics Inc. P/N -- PFC-1100HC or equal, polycold low temperature refrigeration cryopump system. The system shall be a dual circuit system that is configured for the operation of two shrouds in different locations within the vacuum chamber and can be cooled or defrosted separately. The cryogenic feed-through shall provide thermal isolation between the supply and return tubes and the O-ring seal. The insulated refrigerant line set (8 feet long) shall consist of a copper supply and return line, each with stainless steel coupling on bothends for connection to the PFC unit and to the feed-through. The temperature range of the system shall be -100 to -150 degrees celsius at a heat load of up to 3500 watts. The system shall be factory charged with CFC-free refrigerant. Temperature monitoring shall be accomplished via a digital temperature meter with a ten position thermocouple select switch, which allows monitoring of various temperatures within the system at remote location. The system control module shall consist of the following fault lights and controls: 1. Low pressure light to indicate that the compressor suction pressure is too low. 2. High pressure light to indicate that the compressor discharge pressure is too high. 3. Reset button to reset any faults indicated on system control once the problem has been corrected. 4. Refrigerant temperature high discharge temperature light to indicate that the temperature of the refrigerant was too hot at the compressor discharge. 5. Cooling water supply high liquid temperature light to indicate lossof water, too little water, reversed flow, or scale built up inside the condenser. 6. Operating indicator light to indicate that the compressor contactor has activated and no faults are included. 7. Compressor power on/off rocker switch. 8. AC power indicator light to indicate that the disconnect switch is activated and AC power is on. The system dual circuit controls shall have the following: Remote/local control switch, defrost/standby/cool switches and status lights to indicate operation mode. The system cooling water flow rate shall be 3.6 gallons per minute at 55 degrees fahrenheit to 14.3 GPM at 85 degrees Fahrenheit. The power requirements are 208 VAC, 3 phase, 50/60 HZ. The system shall include all necessary hardware/plumbing to connect to the shrouds Item 2 -- Quantity 1, Unit/Each Item Description: Custom built shroud for vacuum bell jar. Shroud is to be a two-piece unit designed to fit inside the bell jar (23.5 inch diameter, 30 inch height -- dimension envelope that both pieces must have to fit, along with any associated plumbing, hardware, etc.). Any materials used must be vacuum compabible. The first piece shall be designed to fit in the base of the bell jar. It shall provide a uniform temperature distribution across the surface area (less than five degree celsius gradient) when used in conjunction with line item 1. It shall also have a uniform generic hole pattern drilled through the surface such that items could be mechanically attached to it. The second piece shall be designed to fit within the bell section of the bell jar. It shall provide a uniform temperature distribution across the surface area when used in conjunction with line item 1. It shall be capable of being mechanically attached to the jar at the top such that it is still thermally isolated. The provisions and clauses in the RFQ are those in effect through FAC 97-18. 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 3561 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 MSFC is required within 120 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 August 11, 2000, at 3 pm local time and may be mailed or faxed to PS24-L/Becky LaRue, Procurement Office, MSFC, AL, 35812, or fax at 256-544-8434, 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. Addenda to FAR 52.212-1 are as follows: MSFC 52.213-91, 52.213-92 and NFS 1852.211-70. 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. Addenda to FAR 52.212-4 are as follows: FAR 52.204-4, 52.211-15 and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-3, 52.232-34, 52.239-1, 52.211-16, NFS 1852.246-71, and MSFC 52.232-90, 52.211-90. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmQuestions regarding this acquisition must be submitted in writing no later than August 1, 2000. 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 NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62 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 07/27/00 (D-SN479543). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0244 20000731\43-0001.SOL)

43 - Pumps and Compressors Index  |  Issue Index |


Created on July 27, 2000 by Loren Data Corp. -- info@ld.com