Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2004 FBO #1040
SOLICITATION NOTICE

B -- COMPOSITE OVERWRAPPED PRESSURE VESSELS (COPV) TANKS

Notice Date
9/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG04081860Q
 
Response Due
10/13/2004
 
Archive Date
9/29/2005
 
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 NASA/GSFC requirement for Two (2) composite overwrapped vessels (COPV) which are responsible for storing gaseous Helium per MIL-PRF-27407B Type 1, Grade A at a maximum expected operating pressure of 28.96 MPa (4200 psia). Typical COPV designs include a metalic liner overwrapped with a reinforcing fiber and epoxy matrix. The specification describes the mechanical, operating environment, and verification testing requirements for space-qualified pressurant vessels for a Goddard Space Flight Center (GSFC) payload, the Solar Dynamics Observatory (SDO). The SDO Propulsion Subsystem will use two identical pressurant vessels, referred to as composite overwrapped pressure vessels (COPV). This term encompasses the metallic liner, composite overwrapping, and 2 polar mounting bosses, including 1 ported boss to act as the single interface tube, that make up the complete pressurant vessel assembly. The vendor shall provide the facilities, personnel, services, tools and equipment and materials necessary to deliver the work specified. The vendor shall generate a matrix listing each section in the Statement of Work 464-PROP-LEGL-0039 and associated specifications specified in the Solar Dynamics Observatory Project COPV Performance Specifications 464-PROP-SPEC-0081 reflecting either compliance or non-compliance. Areas of non-compliance shall be addressed by the vendor showing they plan to meet the requirement(s) or why it will remain non-compliant. The provisions and clauses in the RFQ are those in effect through FAC 24. The NAICS Code and the small business size standard for this procurement are 334240 and 500 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 schedule is in accordance with the Deliverable Items List and Schedule (DLIS) 464-PROP-LEGL-0039. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by October 13, 2004 by close of business and may be mailed to Cassandra Atkinson, Bldg. 26/Rm. 235, Code 210.S or emailed to Cassandra.K.Atkinson@nasa.gov or via fax at 301-286-1773 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. Please contact Ms. Atkinson for an electronic copy of the SOW/SPECS and Delivery Schedule. 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 - is applicable. FAR 52.212-5 - 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 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. Other critical requirements such as Delivery and Maintenance shall also be considered. 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=51 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation,SOW/Specs. 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=51#112790)
 
Record
SN00684550-W 20041001/040929212533 (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.