Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

66 -- CHEMICAL VENTILATION CLEAN HOODS

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04053013
 
Response Due
7/1/2004
 
Archive Date
6/15/2005
 
Point of Contact
Carol K. Sharp, Contracting Officer, Phone (216) 433-2771, Fax (216) 433-2480, Email Carol.K.Sharp@nasa.gov
 
E-Mail Address
Email your questions to Carol K. Sharp
(Carol.K.Sharp@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 Quantity of two (2) vertical Laminar Flow Fume Hood as follows: *Quantity of two (2) Clean Hoods with nominal dimensions 1). 72 inches wide by 36 inches deep and 2). L-shaped (CAD to be supplied by end-user) by 30 inches deep, both of which shall be nominally 98 inches high with included 40? high perforated working surface with integrally one-piece constructed HEPA units. HEPA quality down-flow air shall provide a Class 100 or better clean environment and filter replacement shall be from above or from the front by cover-panel removal. Each Clean Hood Shall include the following as a Minimum: *Constructed from CP7D Fire Retardant Polypropylene, all thermally welded construction and certifications including ASHRAE 110 and ISO 14644. * Support Grid (i.e. ?monkey bars?) on rear wall- spacing details to be determined *Provision for optional field installation of CO2 fire suppression system (amount and quality of vendor experience with field CO2 systems installations is a requirement). *Work surface to support a nominal minimum load of 50 lbs/ft2. *Two section construction with upper blower/filter module removable for shipping/handling. *Nitrogen purged electrical system with low purge pressure electrical shutdown, remote start center. *Fluorescent lighting, providing 150 ft candles minimum light level, installed in the hood rear wall inside as sealed and purged compartment. *Dual function user selectable front mounted switch, with mode indication, that allows the hood to operate as a fume hood without laminar flow, VAV system configured to operate accordingly. **VAV control system to vary laminar airflow velocity in relation to the eyes-shield position and to control an external exhaust fan proportionally *Clear acrylic eyeshield, with multiple independent sections per hood width, 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 and shelving, with integral venting to exhaust plenum. *Point of use, DI Water Heater enclosed in FRP with plumbed drain (remotely located on top of hood) providing up to 65 degree temperature rise at up to two (2) GPM, to be used with gooseneck, hand spray or cascade rinse. *All components shall include flush mounted covers (lip exhausted components, below deck mounting). Optional Components included with 72 inch wide CleanHood: *Two (2) Hot Plate wells (10?W x 15?D) with included remotely controlled hot plates with magnetic stir rotation control. *General purpose sink, C-PVC construction, 12? x 16? x 20 inches deep, 1/2 inch drain to rear with remotely actuated ball valve control. One (1) DI Gooseneck installed at the sink (with Hot and Cold DI valves). DI loop system for continuous DI flow from customers source. Three (3) retractable spray guns ; Hot DI, Cold DI, and Nitrogen hand sprays, teflon, installed in a well, retractable Teflon hose. *One(1) Cascade Rinse Tank with Nitrogen agitation, C-PVC construction, 16 x 24 x 20 inches deep, 1/2 inch drain to rear with remotely actuated ball valve control. *Two (2) duplex electrical outlets, GFI protected, fumetight cover, installed on a single 15 amp circuit breaker. Optional Components Included with L-shaped CleanHood: *Two (2) Cascade Rinse Tank with nitrogen agitation, tank size 8? x 24? x 12 inches deep. *Three (3) Hot Plate wells (10?w x 15?) with included remotely controlled hot plates with magnetic stir rotation control. *Spinner well 12? diameter with below deck mounted spinner. *Two (2) etch tanks 14?x14?x 18? for acid and base chemical with ball valve drains to included installed holding tanks. *General purpose sink, C-PVC construction, 12?W x 16?D x 20 inches deep, 1/2 inch drain to rear with remotely actuated ball valve control. One (1) DI Gooseneck installed at the sink (with Hot and Cold DI valves). DI loop system for continuous DI flow from customers source. Three (3) retractable spray guns ; Hot DI, Cold 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 in the RFQ are those in effect through FAC 01-23. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 3344516 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/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH is required within 60 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 July 1, 2004 to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135, Attn: Contracting Officer and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE CODE, 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(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. FAR 52.212-5 (MAY 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: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1. 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 the Contracting Officer not later than June 24, 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 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". 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 . 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=22#110833)
 
Record
SN00603936-W 20040617/040615212410 (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.