Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
SOLICITATION NOTICE

41 -- HELIUM REFRIGERATION SYSTEM

Notice Date
7/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03C4F003
 
Response Due
7/18/2003
 
Archive Date
7/10/2004
 
Point of Contact
Michelle A. Mader, Contract Specialist, Phone (216) 433-2765, Fax (216) 433-2480, Email Michelle.A.Mader@grc.nasa.gov
 
E-Mail Address
Email your questions to Michelle A. Mader
(Michelle.A.Mader@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; offers are being requested and a written solicitation will not be issued. NASA/GRC intends to purchase a helium refrigeration system, described below, from Cryogenic Plants and Services (CPS), a Division of Linde BOC Process Plants LLC. The authority for other than full and open competition is 10 U.S.C. 2304(C)(1) "only one responsible source and no other supplies or services will satisfy agency requirements." Presently, NASA GRC has one major subsystem that is a single point of failure and where a significant leak in the helium refrigerators heat exchanger could cause a shutdown of over four months. Considering the near 100% utilization of this facility for the next four years, a shutdown of four months would be unacceptable and could not be tolerated. In lieu of repairing the heat exchanger, a fully operational spare helium refrigeration system that is completely interchangeable with the existing helium refrigerator is required. Only Cryogenic and Plant Services, who provided the original system, is capable of providing a system that is fully compatable and interchangeable with the existing unit. The Government intends to acquire a commercial item using FAR Part 12. This notice is being issued as a Request for Offer for a CPS Model 1620 Helium Gas Refrigerator System, quantity 1 each. The specifications for this system are as follows: The Contractor shall furnish a helium refrigerator to the NASA Glenn Research Center (GRC) that is fully interchangeable with an existing government-owned Model 1620 Helium Refrigerator Module (originally provided by PSI) capable of producing up to a maximum 850 Watts of helium refrigeration @ 20 Kelvin return temperature from the load. Full interchangeability is required to facilitate replacing existing system with minimal disruption and using existing system as spare unit in case of any future failures. The refrigerator shall be fully interchangeable in terms of system performance, footprint, height, piping connections, electrical connections, and electrical controls interface. Replacement parts shall be fully interchangeable or shall be interchangeable to the extent that minimal modifications are required. The Contractor shall furnish the system in accordance with Cryogenic Plants and Services (CPS), a Division of Linde BOC Process Plants LLC Technical Memorandum Number 3600-1014 and Drawing No 805513, 8055552, 8055530, 8055388, 8015-1-385, incorporated herein by reference and made a part hereof. Long lead items shall be segregated at site of manufacturer for inspection by the Government. These include: 1. Main heat exchanger CPS P/N 80554114 2. Precooler/Boiler Assembly CPS P/N 8054944 3. Charcoal Adsorbers (2) CPS P/N 80554177 4. Surge Chambers (2) CPS P/N 8054731G1 The Contractor shall contact the Government, in writing, when these items are ready for inspection in order to arrange a mutually agreeable date for said inspection to occur. The Government may decline said inspection at such time. The Contractor shall furnish control interface drawings for the Model 1620 Helium Gas Refrigerator System, one set, at the time the refrigerator system is delivered. The provisions and clauses in the RFO are those in effect through FAC 01-14 as of 06/23/03. The NAICS Code and the small business size standard for this procurement are 33415 and 750 employees, respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center; Cleveland, OH 44135 is required within 240 calender days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by COB 4:30 PM EDT July 18, 2003 to NASA Glenn Research Center; Attn: Daniel Rodriguez; 21000 Brookpark Road; MS 500-305; Cleveland, OH 44135 and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.233-3, 52.203-6, 52.219-8, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-5, 52.225-13, 52.232-33, 52.247-64. 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 Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors 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#106517)
 
Record
SN00368906-W 20030712/030710214050 (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.