Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2002 FBO #0039
PRESOLICITATION NOTICE

99 -- LH2 FLOW MEASUREMENT SYSTEM

Notice Date
1/8/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
RFQ13-SSC-Q-02-06
 
Response Due
1/31/2002
 
Archive Date
1/8/2003
 
Point of Contact
Robert Harris, Contract Specialist, Phone (228) 688-3862, Fax (228) 688-1141, Email robert.harris@ssc.nasa.gov - James D. Huk, Contracting Officer, Phone (228) 688-1045, Fax (228) 688-1141, Email james.huk@ssc.nasa.gov
 
E-Mail Address
Email your questions to Robert Harris
(robert.harris@ssc.nasa.gov)
 
Description
NASA/SSC plans to issue a Request for Offer (RFQ) for the furnishing of all labor, technical and professional services, materials and performance of all operatives and incidentals in connection with the design, fabrication, testing, cleaning, packaging, and delivery to Stennis Space Center, Stennis Mississippi, E2 Test Complex, one (1) each, LH2 Flow Measurement System (FMS), IAW specification 11BGL-GM04), to include turbine flowmeter with upstream and downstream flow straightening/conditioning spool pieces. The Flow Measurement System shall consist of a turbine flowmeter with flow straightening/conditioning spool pieces of up to 8" nominal pipe size operating at pressures up to 600 PSIG and in pipe flow velocities up to 35 ft/sec LOX or 40 ft/sec LH2. The Period of Performance for this procurement is 4 months, after receipt of order. There shall be no hard copies of the solicitation, technical specification, or drawings. All of the aforementioned information with respect to this acquisition will only be available electronically at the following address: http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=64 **All offerors are reminded to check the above noted web address for the most current information with respect to this acquisition. Additionally, upon release of the solicitation all offerors are reminded that all correspondence with regard to the same shall be coordinated through the office of Procurement** This acquisition is 100% set aside for small business. The NAICS Code and Size Standard are 334514 and 500 respectively. The DPAS Rating for this procurement is DO-C9. The Government intends to acquire this commercial item in accordance with FAR Part 12. The Government reserves the exclusive right to award to other than low offer on this "Best Value" procurement. The evaluation factors for this procurement are as follows: 20% Cost, 20% Schedule, 30% Past Performance, and 30% Technical compliance/expertise. **Past performance when combined with technical compliance/expertise is significantly more important than cost or schedule. ** FOB is destination. The anticipated release date of this RFQ is on or about January 15, 2002 with responses due NLT 3:00 PM CST, January 31, 2002. All questions with respect to this acquisition shall be submitted in writing to this office not later than January 23, 2002. NASA/SSC Technical Standard applicable to this procurement shall be accessed at http://www.ssc.nasa.gov/ssc-ts.html . An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html . All potential offerors shall notify this office in writing, by facsimile, email, or any other delivery system, of their intent to submit an offer.
 
Web Link
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=64#99796)
 
Record
SN20020110/00012679-020109090724 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.