COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657 NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 66 -- LIQUID-HELIUM CRYOSTAT SOL RFQ2-36713 DUE 081800 POC Sharon L.
Connolly, Contracting Officer, Phone (650) 604-6927, Fax (650)
604-4646, Email sconnolly@mail.arc.nasa.gov -- Barbara J. Young,
Contracting Officer, Phone (650) 604-5773, Fax (650) 604-4646, Email
byoung@mail.arc.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=21#RFQ2-36713. E-MAIL: Sharon L. Connolly, sconnolly@mail.arc.nasa.gov. NASA-Ames
Research Center plans to issue a Request for Quotation (RFQ) for the
analysis, design, fabrication, and test of a large cryostat for use by
the Airborne Infrared Echelle Spectrometer. The cryostat is
approximately cylindrical with a diameter of 40 inches and a length of
80 inches. It has three distinct zones along its axial length: (1) a
forward work zone for optics and a liquid nitrogen reservoir; (2) a
service zone which contains the optical bench, two liquid-helium
reservoirs, the cryogen vent/fill tubes, motor drive shafts, and
electrical connectors; and (3) the main work zone, which provides a
large volume for optics. The cryostat will be constructed primarily
from aluminum. Although some portions of the radiation shields and
vacuum vessel can be rolled and welded, other parts, such as the
40-inch diameter service ring, require precision machining capability.
The cryostat must be designed and built for operation in the cabin of
a transport aircraft (B747) operating under FAA rules. The procurement
will have four phases: (1) engineering analysis of the Government's
preliminary design; (2) any remedial engineering that is needed; (3)
completion of the design and preparation of working drawings using
Pro/ENGINEER; and (4) fabrication and test. The cryostat's preliminary
design meets the Government's volume, weight, and stiffness
requirements; the vendor will be expected to complete and verify the
design for strength and thermal performance. The successful quoter must
be capable of performing all four phases of this procurement and must
propose fixed costs for Phases 1, 3, and 4 in their initial proposal.
The period of performance is expected to be 20 months after contract
award. This period includes two months between Phases 3 and 4 for the
Government to organize and conduct a critical design review with
designated engineering representatives of the FAA. The principal
deliverable items are: (1) a report describing the engineering analyses
performed during Phase 1; (2) a report describing the redesign and
engineering analyses performed during Phase 2 (if needed); (3) the
Pro/ENGINEER models and working drawings produced in Phase 3; and (4)
the completed cryostat at the end of Phase 4, along with certification
of all materials and processes and a report describing the outcome of
all performance and proof tests. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). FAR Subpart 13.5,
Test Program for Certain Commercial Items. This procurement uses
procedures for Simplified Acquisition Procedures (SAP) -- Commercial
(Standard Form 1449) procurements and is being conducted under the NASA
Acquisition Internet Service (NAIS) Electronic Procurement (EPRO)
Pilot. This Pilot supports the electronic receipt of offers and
electronic award of the resultant contract/purchase order, utilizing
Forms and Digital Signature/Security Software. This system was
developed in response to the National Performance Review's call for
increased use of electronic commerce in exchanging procurement
information. Quoters wishing to view this procurement information or
respond to the Request for Quotation (RFQ) must first install and
utilize the designated software (provided free of charge). Complete
instructions for installation and use of the software to view and
respond to the procurement are available at
http://server-mpo.arc.nasa.gov/NAIS/NAISHome.taf?ptype=Type0 The
Government intends to acquire a commercial item using FAR Part 12. See
Note 26. This procurement is a total small business set-aside. See
Note 1. The Standard Industrial Classification (SIC) Code and the small
business size standard for this procurement are 3676 and 500 employees,
respectively. The quoter shall state in their quotation their size
status for this procurement. The DPAS Rating for this procurement is
DO-C9. The anticipated release date of RFQ2-36713 is on or about August
21, 2000 with an anticipated quote due date of on or about September
25, 2000. All qualified responsible business sources may submit a
quotation which shall be considered by the agency. An ombudsman has
been appointed -- - See NASA Specific Note "B". The solicitation and
any documents related to this procurement will be available over the
Internet. These documents will be in Microsoft Office Suite (Word 6.0,
Excel 5.0, or PowerPoint 4.0), and Informed Filler format and will
reside on a World Wide Web (WWW) server, which may be accessed using a
WWW browser application. The Internet site, or URL, for the NASA/ARC
Business Opportunities home page is
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=21
Prospective quoters shall notify this office of their intent to submit
an offer. It is the quoter's responsibility to monitor the Internet
site for the release of the solicitation and amendments (if any).
Potential quoters will be responsible for downloading their own copy of
the solicitation and amendments (if any). Any referenced notes can be
viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Posted 08/02/00 (D-SN481575). (0215) Loren Data Corp. http://www.ld.com (SYN# 0537 20000804\66-0016.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 2, 2000 by Loren Data Corp. --
info@ld.com
|
|
|