Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2004 FBO #0866
SOLICITATION NOTICE

66 -- VENTILATION CLEAN HOOD

Notice Date
4/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04052955Q
 
Response Due
4/15/2004
 
Archive Date
4/8/2005
 
Point of Contact
Nancy M. Shumaker, Purchasing Agent, Phone (216) 433-2133, Fax (216) 433-2480, Email Nancy.M.Shumaker@nasa.gov
 
E-Mail Address
Email your questions to Nancy M. Shumaker
(Nancy.M.Shumaker@nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. NASA/GRC intends to purchase the item identified below from Air Control Inc. because of their unique ability to provide a custom combination chemical ventilation hood with integral accomodations for a particle-free type laminar-flow environment consistent with a class 100 classification in contrast to standard prefab suppliers. This notice is being issued for one each, Microvoid Custom Model 4F-55 Vertical Laminar Flow Fume Hood with specifications as follows: Fire Retardant C-PVC Construction, all thermally welded construction. Nominal overall dimensions of 58 inches wide x 36 inches deep x 98 inches high. Two section construction with upper blower/filter module removable for shipping/handling. Explosion proof motor blower, Class 1, Division 1, Group D, with a direct driven spark free plastic impeller. Nitrogen purged electrical system with low purge pressure electrical shutdown, remote start center. Fluorescent lighting installed in the hood rear wall inside a sealed and purged compartment. Dual function design that allows the hood to operate as a laminar flow fume hood or as a standard fume hood. Clear acrylic eyeshield, vertical sliding counterweight design, full closure. Ports in eyeshield to allow limited operator access without lifting the eyeshield, iris ports, glove ports or a sliding panel. Base cabinet storage area with a leak-tight floor, base cabinet divider, venting to exhaust plenum. Point of use DI Water Heater (remotely located on top of hood) providing up to 65 degree temperature rise at up to one GPM.., used with gooseneck, hand spray or cascade rinse. One(1) Cascade Rinse Tank with nitrogen agitation, tank size 8 x 8 x 8 inches deep. General purpose sink, C-PVC construction, 16 x 20 x 12 inches deep, 1/2 inch drain to rear with ball valve control. One (1) DI Gooseneck installed at the sink. DI loop system for continuous DI flow from customers source. DI and Nitrogen hand sprays, Teflon, installed in a well, retractable Teflon hose. Two (2) duplex electrical outlets, GFI protected, fumetight cover, installed on a single 15 amp circuit breaker. The provisions and clauses are those in effect through FAC 01-21. 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 offeror shall state in their offer their size status for this procurement. Delivery to NASA Glenn Research Center is required within 8 weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the item described above is due by COB 4-29-04 to NASA Glenn Research, 21000 Brookpark Road, Cleveland, Ohio 44136, 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 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 offered is other than a domestic end product 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 are applicable. FAR 52.212-5 (MAR 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items are 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 All contractual and technical questions must be in writing (e-mail or fax) to Nancy Shumaker not later than April 15, 2004. Telephone questions will not be accepted. 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, and past performance. It is critical that the offeror 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". 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=22 . Offeror 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=22#109791)
 
Record
SN00562799-W 20040410/040408212649 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.