Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

44 -- WATER COOLING RECIRCULATION SYSTEMS

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM05122330Q
 
Response Due
8/1/2005
 
Archive Date
7/21/2006
 
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 the following items: Complete turn key recirculation cooling water system with water to water heat exchanger to dump waste heat to a plate cooling water system: NESLAB System I Liquid to Liquid Heat Exchanger (Brand Name or Equal). Non-refrigerated system with the following specifications: Temperature range: 5 deg C to 35 deg C Temperature Stability: +/- 2 deg C Cooling capacity: up to 13 kW Operating voltage: Single Phase 110/120 VAC Pumping capacity: 2 to 6 gpm range Maximum Operating press: 100 psi or better Pump Pressure rise: 20 psig or better Reservoir/expansion tank: Included Inlet/outlet fitting type: pipe or tubing 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, corrode or introduce debris into the clean water flow. Plant water: untreated non-potable water at 150 psi or less. 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 50 deg C (from process). Operational Duty: 24/7 operation. Unit is located on the floor of an environmentally controlled high bay. Quantity of two (2). And: Complete turn key refrigerated re-circulating chiller to remove up to 3 kW from test hardware. Specifications: Heat removal capacity 2410 W at 20 deg C Extended low temperature range -15 deg C to 35 deg C Stability +/- 0.15 deg C Ambient range +10 deg C to +35 deg C Pump type positive displacement Pumping capacity 3.4 gpm at 60 psi Compatible fluids distilled water or glycol water Power requirements 200-230 VAC Temperature range: -15 deg C to 35 deg C Temperature Stability: +/- 0.15 deg C Quantity of one (1). The provisions and clauses in the RFQ are those in effect through FAC 2005-04, Effective on July 08, 2005. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 332410 and 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 MSFC, Bldg 4471, MSFC AL 35812-0001 is required within 6 weeks 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 August 1, 2005 COB to George C. Marshall Space Flight Center, Procurement Office / PS-41, Attn: James S. Casper, Marshall Space Flight Center, 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. 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: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-1, 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 James S. Casper, james.s.casper@nasa.gov, (256) 544-6062, not later than July 27, 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#116631)
 
Record
SN00852288-W 20050723/050721212700 (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.