Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2004 FBO #0856
SOLICITATION NOTICE

A -- MULTI-COMPONENT GAS MIXING SYSTEM USED FOR SENSOR TESTING

Notice Date
3/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA0457024Q
 
Response Due
4/13/2004
 
Archive Date
3/29/2005
 
Point of Contact
Rachel Khattab, Contracting Officer, Phone (650) 604-5237, Fax (650) 604-3020, Email Rachel.Khattab-1@nasa.gov
 
E-Mail Address
Email your questions to Rachel Khattab
(Rachel.Khattab-1@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. This notice is being issued as a Request for Quotations (RFQ) for a COMPUTERIZED MUTLI-COMPONENT GAS MIXING SYSTEM. The Statement of Work is as follows: 1.0 GENERAL DESCRIPTION 1.1 The Computerized Multi-Component Gas Blending and Dilution System must automatically generate precise gas standards for rapid multi-point and multi-scale calibration standards. The system must be capable of precisely blending up to six (6) component gases simultaneously and dilute up to three (3) high concentration primary or certified gas cylinder standards to produce a wide range of dilution ratios from 1:1 to 6,000 : 1. 1.2 The system must consist of a single chassis supporting up to eight (8) mass flow controllers. Gas-wetted surfaces must be electropolished 316 stainless steel. Seals must be gas-compatible elastomer or metal. User interface shall include a back-lit 80 character by 25 line cold-cathode liquid-crystal display and membrane keypad. 1.3 The instrument?s mass flow controllers must be factory calibrated by the system manufacturer using a currently certified United States National Institute of Standards and Technology (NIST) traceable Primary Flow Standard. The calibration data for the mass flow controllers shall consist of an eleven-point comparison of commanded versus actual flow with linear interpolation between the points. 1.4 The system must be capable of having a humidification function from 5% to 95%. 1.5 The system must have a permeation oven for release and dilute vapors from the permeation tube with temperature upto 80oC. 1.6 The system must be capable of having a heated flow path with an automatic purge circuit for rapid change over. 1.7 The system must be available in a standard 19 inch rack mountable configuration or a portable bench-top version. 1.8 The system must have an optional RS-232 data interface to permit remote or computer operation of the instrument. 1.9 The system must have capability of operating in Concentration Mode where target and output gas concentrations can be displayed during operation. 1.10 The system must have capability of operating in Flow Mode where target and output gas flow rates can be displayed during operation. 2.0 PHYSICAL AND PERFORMANCE SPECIFICATIONS 2.1 The instrument must be capable of a broad range of dilution ratios (1:1 - 6000:1) and multi-component blending, depending on the mass flow controllers system it is configured with. 2.2 The instrument?s broad dilution ratio capability shall allow calibration of required analyzer ranges from not more than two cylinders of each gas specie. The instrument must provide automatic calculation of dilution and span gas flows based on the concentration commanded by user. The instrument?s memory must permit storage and recall of up to 200 calibration procedures. The system shall be equipped with twenty-five (25) line by eighty (80) character display to permit viewing of data in a worksheet format. The instrument?s software must be capable of storing not less than six (6) calibration tables for each mass flow controller in battery backed-up RAM. 2.3 SPECIFICATIONS Performance (as percent of setpoint)* From 10 to 100% of Full Scale Flow Accuracy Concentration: ? 1.0% Flow: ? 1.0% Repeatability: ? .05% *Mass flow controllers are calibrated at Standard Temperature (0o, 32oF) and Pressure (760 mm Hg, 29.92 in Hg) using a primary flow standard traceable to the United States? National Institute of standards and Technology (NIST). Warm up time 30 minutes Mechanical Inlets Dilution: External 1/4? Swagelok?* Span(s): External 1/4? Swagelok?* Outlet One external 1/4? Swagelok?* *(Or compatible fitting) Standard Operating Pressures Minimum: 0.67 Bar (10 psig) at inlets Recommended: 1.68 Bar (25 psig) Maximum: 5.17 Bar (75 psig) at inlets Wetted Surfaces Tubing: Electropolished 316 Stainless Steel (Optional - TeflonTM) MFC?s: Stainless Steel (Optional ? Hastelloy, Monel) Seals: Viton; (Optional ? Kalrez, Buna-N, Neoprene, Metal) Operating temperatures: 0 0 ? 50 0 C (32 0?12 0 F) Performance temperature range: 15 0 ? 35 0 C Weight Minimum 16 Kg (35 lbs) Maximum 32 Kg (70 lbs) Dimensions Portable 41.6 cm wide, 17.2 cm high, 58.8 cm deep; (17? wide, 7? high,24? deep) Rack 46.6 cm wide, 17.2 cm high, 61.3 cm deep; (19? wide, 7?high, 25? deep) Electrica Standard: 115 VAC (100 to 130 VAC), 50/60Hz Optional: 220 VAC (200 to 260 VAC), 50/60Hz Current: 3 Amps (maximum) Electronics Microprocessor: Inmos T 400 series, 32 Bit, parallel processor 12 Bit A/D and D/A conversion Operating Modes Front panel membrane keypad Internal timer control Optional RS-232 serial data interface Data Input/Output LCD screen, 80 characters by 25 lines Parallel printer port (Centronics? compatible) Optional RS-232 serial data interface 2.4 MASS FLOW CONTROLLERS 2.4.1 Each calibration system shall utilize Thermal Mass Flow Controllers for the control of the span gas and dilution gas flow rates. 2.4.2 The user shall be able to install pre-calibrated MFCs. Upon keyboard entry of calibration data, the system shall function according to the accuracy specification contained herein provided the MFC?s were calibrated in accordance with paragraph 2.3.4. 2.4.3 The accuracy of the A/D and/or D/A converters shall be ensured by an automatic calibration sequence where the A/D and D/A are referenced to an internal 5 volt precision voltage source. The accuracy and repeatability of the voltage source shall be better than ?0.002 VDC. 2.4.4 The calibration system?s MFC?s must be factory calibrated by the system manufacturer using a currently certified United States National Institute of Standards and Technology (NIST) traceable Primary Flow Standard based on the piston displacement method with automatic reading of piston movement and sensitive to piston movement of 5.0 X 10-4 inches (12.7 X 10-4 cm). A copy of the calibration data for each MFC must be supplied with each system as well as a copy of the Primary Flow Standard Certification, which must clearly show the expiration date of the certification. 3.0 PHYSICAL SPECIFICATIONS 3.1 SERVICEABILITY 3.1.1 Each calibration system shall be of a modular design utilizing a motherboard in order to allow easy access for servicing. All electrical connections to and from the printed circuit boards (PCBs) shall be through the motherboard except for: Keyboards/display MFC?s Solenoid valves Heater assemblies Cooling fan Power supply RS232 I/O All test points and adjustments shall be easily accessible without removing any assembly or part unless such testpoints are within a temperature controlled area, in which case only the simple removal of a sheet metal cover shall be required. Each unit shall be fully enclosed in a metal cabinet. 3.2 RELIABILITY 3.2.1 All external electrical connectors, except power cords shall be Amphenol, Canon or equivalent, with retainers. Wire wrap connections of any kind or terminal strips attached to PCBs are not acceptable. Circuit cards shall have secure locking mechanisms in order to preclude card loosening and/or damage while being transported. All IC?s shall be in sockets. 3.2.2 The manufacturer shall provide a one year warranty on parts and workmanship. The provisions and clauses in the RFQ are those in effect through FAC 01-21. This procurement is a total small business set-aside. See Note 1. The NAICS Code and Size Standard are 334513 and 500 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 Ames Research Center, Receiving Section, Building 255, Moffett Field, CA 94035-1000. Delivery shall be FOB Destination. Please state expected delivery date within the RFQ. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 2:00 PM PST 4/13/04 to Acquisition Branch for Aeronautics, M/S 241-1, Moffett Field, CA 94035-1000 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, 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/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: FAR 52.252-2, Clause Incorporated By Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.arnet.gov/far/ http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm http://server-mpo.arc.nasa.gov/Services/Proc/ProcDocs/Center Clauses/Index.html 1852.204-74, Central Contractor Registration 1852.223-72, Safety and Health (Short Form) (LIMITED) RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (CBI) (ARC 52.203-91) (June 2001) (a) NASA may find it necessary to release information submitted by the Contractor, either in response to this solicitation or pursuant to the provisions of this contract to other NASA contractors and their subcontractors. Business information that would ordinarily be entitled to confidential treatment may be included in the information released to these contractors and their subcontractors. Accordingly, by submission of this proposal, or signature on this contract or other contracts, the Contractor hereby consents to a limited release of its confidential business information (CBI). (b) Possible circumstances where the Agency may release the Contractor's CBI include, but are not limited to, the following: (1) To other Agency contractors and subcontractors tasked with assisting the Agency in handling and processing information and documents in the evaluation, the award or the administration of Agency contracts, such as providing both preaward and post award audit support and specialized technical support to NASA?s technical evaluation panels; (2) To NASA contractors and subcontractors engaged in information systems analysis, development, operation, and maintenance, including performing data processing and management functions for the Agency. (c) NASA recognizes its obligation to protect the contractor from competitive harm that could result from the release of such information to a competitor. Except where otherwise provided by law, NASA will permit the limited release of CBI under subparagraphs (1) or (2) only pursuant to non-disclosure agreements signed by the assisting contractor and its subcontractor. The assisting contractor and its subcontractors will be required to by their contract or subcontracts to obtain nondisclosure agreements from their individual employees who may require access to the CBI to perform their responsibilities. (d) NASA?s responsibilities under the Freedom of Information Act are not affected by this clause. (e) The Contractor agrees to include this clause, including this paragraph (e), in all subcontracts at all levels awarded pursuant to this contract that require the furnishing of confidential business information by the subcontractor. SUBMISSION OF INVOICES--FIXED PRICE (ARC 52.232-93) (MAR 2001) (a) Invoices shall be submitted to the Accounting Operations Branch, M/S 203-18, Ames Research Center, Moffett Field, CA 94035-1000, in quadruplicate (an original and three copies). (b) Reporting Requirements under Taxpayer Relief Act of 1997 (1) The Taxpayer Relief Act of 1997, enacted August 5, 1997, requires Federal executive agencies to file information returns (i.e., Form 1099-MISC) for payment of $600 or more to corporations for services. Payments for services under certain confidential or classified contracts that meet the requirements of Internal Revenue Code Section 6050M(e) are excluded from the reporting requirements. This change became effective as of January 1, 1997. (2) In order to comply with the Act, the contractor shall separately subtotal taxable services and nontaxable materials and supplies on each invoice. If subtotals are not specified on the invoices, the Government will presume that the entire invoice amount is reportable and will be shown on the Form 1099-MISC generated by NASA and provided to the contractor and the Internal Revenue Service. (c) Invoices shall denote the numerical sequence of the invoice, and shall include the contract number, delivery order number (if any), Taxpayer Identification Number (TIN#), Banking Information for Electronic Funds Transfer (EFT), contract line item number(s), description of supplies or services, quantities, unit prices, and extended totals. If shipped on Government Bill of Lading, indicate Bill of Lading number and weight of shipment. (d) This contract 0 does 1 does not provide for partial payments. If applicable, payments will be made in accordance with the following schedule. (End of provision) FAR 52.212-5 (JAN 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (21) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (24) 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (30) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). Please address all contractual and technical questions to the primary conact, Maria Hooks at Maria.J.Hooks@nasa.gov no later than 4/5/04. Telephone questions will not be accepted. Rachel Khattab can be contacted as a secondary resource. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, past performance, and delivery. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. 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=D&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#109613)
 
Record
SN00556153-W 20040331/040329212317 (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.