Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2004 FBO #1056
SOLICITATION NOTICE

43 -- HELIUM LEAK DETECTOR, ROTARY VANE PUMP AND CART

Notice Date
10/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG05072461Q
 
Response Due
10/28/2004
 
Archive Date
10/15/2005
 
Description
NASA/GSFC has a requirement for ONE (1) HELIUM (He) LEAK DETECTOR, ONE (1) ROTARY VANE PUMP, AND ONE (1) CART, consisting of the following specifications: 1)Helium Leak Detector Specifications: - Must be an oil free system - Lowest detectable He leak rate must be 3x10 -10 mbar l/s. - Lowest detectable He leak rate (sniffer) 1E-7 mbar l/s. - Maximum detectable He leak rate 1E-1 mbar l/s. - Mass spectrometer must have 180 degrees magnetic sector field. - Display range for leak rate should be 1E-12 to 1E-01 mbar l/s. - It must have an ion source with 2 cathodes, iridium yttria coated filaments. - Pumping speed for process evacuation should be 1.9 m3 x h -1. - Detector must be able to detect masses 2, 3 and 4. - Detector must be compliant for use in a cleanroom class 1000. - Vendor must provide a 3 year warranty on the ion source. 2) Rotary Vane Pump (for extreme corrosive service) - Proposed vacuum pump should be charged with fomblin oil 14/6 (included). - Pump should be a two-stage rotary vane type pump with direct drive motor. - Motor voltage should be 3 phase 208 VAC at 60Hz. - Pumping speed must be 32.5 cfm. - Pump should achieve an ultimate pressure of 10E-4. 3) Cart - mobile and must accommodate the leak detector and the pump 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin= . The information required by FAR Subpart 12.6 is included in the on-line RFQ. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333911 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing to Yolanda Williams (e-mail is preferred) no later than OCTOBER 22, 2004. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). An ombudsman has been appointed - See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs link 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=51#112896)
 
Record
SN00695022-W 20041017/041015212111 (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.