Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2003 FBO #0458
SOLICITATION NOTICE

66 -- GAS SCRUBBER CABINET AND CONTROL SYSTEM

Notice Date
3/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03C3A001
 
Archive Date
3/3/2004
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@grc.nasa.gov
 
E-Mail Address
Email your questions to Timothy M. Bober
(Timothy.M.Bober@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). This is a brand name or equal synopsis/solicitation. The item being procured is the ATMI Toxic Gas Scrubber Cabinet and Control System, Model Number EGS-237 or equivalent. NASA GRC is procuring a cabinet and control system to house a scrubber canister for removing arsine (AsH3) and phosphine (PH3) from a research scale organo-metallic vapor phase epitaxy (OMVPE) system. The cabinet shall be capable of housing a canister (not requested in this procurement), which will scrub 0.5 standard liter per minute (slm) of AsH3 or PH3, with a total flow not to exceed 220 slm. The scrubber bed shall contain solid scrubber media, which is non-reactive to air. This scrubber media shall not be capable of releasing the adsorbed toxic gases and must convert these gases to non-volatile solid. The requested cabinet shall have an integrated control system for deactivating the scrubber canister once it is full saturated. The scrubber system shall: - remove toxins to below Threshold Limit Value - be capable of continuous passive operation - require no more that 150 Cubic Feet per Minute ventilation - have a footprint no larger than 26? x 26? - be compatible for use with AMTI S515 scrubber resin The provisions and clauses in the RFQ are those in effect through FAC 01-12. The NAICS Code and the small business size standard for this procurement are 335311 and 750, 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 Glenn Research Center is required within 60 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 March 18, 2003 at 4:30 p.m. local time and may be mailed or faxed to Timothy M. Bober 21000 Brookpark Road Mail Stop: 500-306 Cleveland, Ohio 44135 Fax Number (216) 433-2480 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 shall provide the information required by FAR 52.212-1. 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. 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 Questions regarding this acquisition must be submitted in writing no later than March 10, 2003 at 4:30 p.m. local time. 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://prod.nais.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://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#104560)
 
Record
SN00268322-W 20030305/030303213548 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.