Loren Data Corp.

'

  
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