Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12, 2001 PSA #2786
SOLICITATIONS

66 -- BOTTOM LOADING FURNACE

Notice Date
February 8, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
3-169862
Response Due
February 23, 2001
Point of Contact
Nancy M. Shumaker, Purchasing Agent, Phone (216) 433-2133, Fax (216) 433-2480, Email Nancy.M.Shumaker@grc.nasa.gov
E-Mail Address
Nancy M. Shumaker (Nancy.M.Shumaker@grc.nasa.gov)
Description
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). DESCRIPTION: 1 EACH -- 1800 SERIES BOTTOM LOADING FURNACE, CM FURNACE MODEL NUMBER 1807 BL OR EQUAL. The Rapid Temp is constructed of a double stainless steel shell. A gap is left between the shells for the passage of cooling air. Mounted at the top of the furnace are two fans which blow air across the terminals of the heating elements extending element life. Inside the inner shell is a hybrid insulation package consisting of high-purity, fibrous and brick alumina, block graded insulation. This has been designed for maximum temperature efficiencies and uniformity. For structural integrity the floor is raised and supported by ceramic support piers. This furnace uses Kanthal Super 1900 molydisilicide heating elements. They are suspended from the roof and easily accessible from the top of the furnace. The furnace is mounted on top of a bottom-loading mechasism. There is a precision lift mechanism driven by an electrical-mechanical screw and dual guidepost assembly. Also included are two diagonal gas ports mounted at the rear of the furnace. The 1800 series has a maximum continuous operating temperature of 1800 degrees C in air. The Model 1807 BL has an inner chamber of 9.25"W x 8.5"H x 12"D. The power supply features a Eurotherm Model 2404 microprocessor based programmable controller. The 2404 allows storeage of four programs each up to eight ramp/soak pairings. The program controller works in conjunction with a phase angle fired SCR power controller. Other aspects of the power supply are variable set point independent overtemperature protection, two Land-Jewell thermocouples, and all necessary switches, relays, etc. Also included is ten feet of interconnecting wire between the furnace and power supply. All power supplies are factory tested, prior to shipment, and ready for immediate installation. This unit is rated for 7.5KW, 208/240 volt, 60 Hz, single-phase service. The provisions and clauses in the RFQ are those in effect through FAC 97-21. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 339111 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. The DPAS rating for this procurement is DO-C9. 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://www.grc.nasa.gov/WWW/Procure/rforms.html . 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.htm 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=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#3-169862)
Record
Loren Data Corp. 20010212/66SOL006.HTM (D-039 SN50D1F9)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on February 9, 2001 by Loren Data Corp. -- info@ld.com