Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
SOLICITATION NOTICE

66 -- INERT GAS PURIFIER

Notice Date
3/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM05106036Q
 
Response Due
4/1/2005
 
Archive Date
3/22/2006
 
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 Inert Gas Purifier Unit - Complete turn key heated getter purifiers (getter material irreversibly binds with impurities) for rare gas (helium and argon). SAES MonoTorr PS4-MT3-R1 (Brand Name or Equal) complete turn key system with the following specifications: Setup: Device contained in an enclosure; Surface mountable: Yes (enclosure can be mounted); Cooling: Fan unit in enclosure; Voltage: 120 VAC; Power Consumption: less then 400W; Operating Temperature: 400 deg C; Operating Pressure: vacuum to 150 psig; Maximum Flow Rate: 50 slpm; Nominal Flow Rate: 20 slpm; Fittings: VCR type; Tubing Internal Roughness: 10 micro-inch finish for low outgassing; Filter: included (0.003 micro-meter) metal filter; Valves: Stainless Steel diaphragm type; Valve Actuation: air (80 to 100 psig); Pressure drop: Low pressure drop unit at nominal flow rate; Life and Status Sensor: Included; Bypass assembly: Included; Control: Thermocouple interface with multifunction controller; Purity rate for flow rate: Impurity----Flow Rate 0-20 slpm----Flow Rate 20-50 slpm O2------------< 1 ppb--------------------< 1 ppb H2O---------< 1 ppb--------------------< 1 ppb CO-----------< 1 ppb--------------------< 1 ppb CO2---------< 1 ppb--------------------< 1 ppb N2------------< 1 ppb--------------------< 10 ppb H2------------< 1 ppb--------------------< 10 ppb CH4---------< 1 ppb--------------------< 10 ppb Quantity = 1 set. The provisions and clauses in the RFQ are those in effect through FAC 2005-01. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333411, 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 George C. Marshall Space Flight Center, Bldg 4471, MSFC, AL 35812 (M/F) is required within 42 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 April 01, 2005, 12:00 CDT, to George C. Marshall Space Flight Center, Bldg 4203, PS41/K. Craig, MSFC, AL 35812 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 are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), 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 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, and 52.232-34. 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 Kellie D. Craig not later than March 30, 2005. Telephone questions will not be accepted. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror, with acceptable past performance (delete if past performance will not be considered)]. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. 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=62 . 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=62#114708)
 
Record
SN00773624-W 20050324/050322212744 (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.