Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOLICITATION NOTICE

36 -- WATER COOLING RECIRCULATION SYSTEM

Notice Date
4/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM05109600Q
 
Response Due
4/20/2005
 
Archive Date
4/13/2006
 
Point of Contact
Kellie D. Craig, Contracting Officer, Phone (256) 544-5906, Fax (256) 544-6062, Email Kellie.D.Craig@nasa.gov
 
E-Mail Address
Kellie D. Craig
(Kellie.D.Craig@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 a Water Cooling Recirculation System. Complete turn-key, water-to-water heat-exchanger system (recirculation flow separated from plate service cooling water), to remove up to 100kW from test hardware. Complete turn-key recirculation cooling water system with water-to-water heat exchanger to dump waste heat to a plate cooling water system (such as the Sentry Closed Water Isolation Skid or the NESLAB System Recirc System). Non-refrigerated system with the following specifications. :Temperature range: 5 deg C to 40 deg C. Temperature Stability: +/- 2 deg C. Cooling capacity: 90 kW or more. Operating voltage: 440-480 VAC 3-P (preferred) or 208-240 VAC 3-P. Power Consumption: 2 to 5 kVA. Pumping capacity: 40 gpm or more. Maximum Operating press: 100 psi or better. Pump Pressure rise: 40 psig or better. Reservoir/expansion tank: Included Inlet/outlet fitting type: pipe connections. Unit controller: Easy to use programmable control capability for automatic (closed loop control) regulation of recirculation water temperature with modulating valves. User selectable temperature set points, limits and alarms. High temperature, low level, and loss of flow indicators, alarms and interlocks. Display with key entry pad for user to input settings. Automatic restart capability should power fail. Isolation Valves: As necessary on recirculation and plant cooling connections. Heat exchanger: Heavy duty stainless steel construction with provisions for cleaning with minimal system impact. Make up water: Allocations for introducing clean treated water into system. Instrumentation: Pressure, temperature and flow on recirculation Material: Recirculation system piping etc should be made of stainless steel parts and other materials that will not rust or sluf off debris into the clean water flow (steel should not be used). Plant water: untreated non-potable water recirculation water: Capable of operating for long duration with clean filtered water with a nominal resistive in the 0.05 to 1 Megohms-cm. Maximum return water temperature of 40 deg (from process). Operational Duty: Round the clock operation for 3 to 5 years. Include the following additional features, separately priced, for the quotation: 1. Dual Heat exchanger and/or Oversized Heat Exchanger to deal with potential fouling on the plant water side. 2. Dual pump unit to serve as a backup should the primary fail (with switch over capability). 3. Inline filter unit on the recirculation side downstream of the pumps to pick to stop any potential debris from reaching the process. 4. Bacteria/algae control options using treatment or inline UV filter. 5. Allocations to de-aerate the recirculation system water to removed dissolved gases. Quantity of one (1). Delivery is 6 weeks after receipt of order. The provisions and clauses in the RFQ are those in effect through FAC 2005-03. 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 333319, 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 20, 2005, 1600 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@nasa.gov not later than April 19, 2005. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. 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. Lowest priced, technical acceptability will not include the additional features requested for the quotation. 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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/GMSFC/POVA/NNM05109600Q/listing.html)
 
Record
SN00787805-F 20050415/050413214051 (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.