Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2004 FBO #1055
SOURCES SOUGHT

Y -- LIQUID NITROGEN SUPPLY SYSTEM FOR THE NATIONAL TRANSONIC FACILITY

Notice Date
10/14/2004
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-LN2-04
 
Response Due
11/15/2004
 
Archive Date
10/14/2005
 
Description
NASA/LaRC is hereby soliciting information about potential sources to provide a Liquid Nitrogen Supply System for the National Transonic Facility. The supply system shall be of the air separation type with a nitrogen liquefier, providing only liquid nitrogen via a pipeline at a purity level defined by MIL-PRF-27401D as Type II, Grade B. The plant shall be located on NASA Langley Research Center Government property, Hampton, VA, using Government provided power, and operated by Government personnel. The plant capacity shall be in the 300 to 450 Ton per day range, using new equipment. The design life and efficiency of the plant shall be equivalent to a state-of-the-art merchant plant, and shall incorporate automation and configuration for minimum operating personnel. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Potential sources shall provide information on equipment specifications, turn-key performance capabilities, and delivery schedule. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein and no more than 30 pages on equipment specifications. All qualified firms, including large businesses, are encouraged to respond to this synopsis. The proposed North American Industry Classification (NAISC) Code is 236210 and the small business size standard is $28.5M (all questions related to size of business - i.e., large vs small - should be answered using this size standard for average annual sales). Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, veteran owned, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: George Sydnor (george.h.sydnor@nasa.gov) or Ellen Carpenter (ellen.b.carpenter@nasa.gov). Procurement related questions should be directed to: Kimberly Duncan (kimberly.d.duncan@nasa.gov). This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business, HUBZone or 8(a) set-aside based on responses hereto. All responses shall be submitted to NASA Langley Research Center, Mail Stop 126, Attn: Kimberly Duncan, Hampton, VA 23681-2199 no later than November 12, 2004. Please reference SS-LN2-04 in any response. 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=23#112964)
 
Record
SN00694457-W 20041016/041014212203 (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.