Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

43 -- LIQUID OXYGEN, LIQUID METHANE PUMPS

Notice Date
10/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC05134270Q
 
Response Due
10/27/2005
 
Archive Date
10/20/2006
 
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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is NOT set aside for small business. This notice is being issued as a Request for Offer (RFO) for the two items shown below. Note: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately.) Specifications for two (2) pump systems to be used for obtaining isothermal conditions of liquid cryogens in a 55 cuft cylindrical, 275 psig ASME rated tank. The pump systems shall consist of a pump, motor, inlet/outlet port, mounts, cables, power supply, controller and instrumentation. ITEM 1) Pump System No. 1- Shall be suitable for liquid oxygen (LO2) service. Delivery not later than March 1, 2006. Pump System Requirements 1. The pump shall be capable of delivering 10 gpm of liquid oxygen (LO2) at a pressure head rise of 20 feet. 2. The pump and motor shall be capable of operating while submersed and meeting the flow-head requirements at a temperature range of 80 to 140 K (144 ? 252 R). It shall also operate at off design flow-head conditions with liquid nitrogen (LN2) at 77 K (140 R) 3. The pump and motor housing design pressure shall be at least 290 psia. They shall also be capable being subjected to a vacuum condition of 1x10 -5 torr. 4. All materials and components of the pump and motor shall be compatible with operation in liquid oxygen and liquid nitrogen. 5. The pump system shall be designed for intermittent and continuous operation. a. Typical intermittent operation will consist of being on, at any flow rate within the operating range, for 10 minutes followed by being off for a minimum of 20 minutes. The total number of cycles will be at least 10,000. b. Typical continuous operation will consists of operation at any flow rate in the operating range for periods up to 6 hours with a total operating life of at least 10,000 hours. 6. The vertical height of pump and motor assembly shall not exceed 10 inches and the entire pump volume shall not exceed 0.5 cubic foot. 7. The motor shall be a variable-speed, brush-less, direct-current, motor. 8. Pump efficiency will be better than 0.60. The rate of total energy added to fluid, at the nominal liquid oxygen flow rate of 10.0 GPM, shall not exceed 96W when the pump is operated continuously. The total energy consists of all heat and mechanical energy. 9. The pump inlet shall be capable of holding a heat exchanger by bolting or clamping. Flow to the pump will be through a low pressure drop heat exchanger. Otherwise the pump inlet shall be unobstructed. 10. The pump exit shall have a pipe or tube end connection for piping to a vertical spray bar. 11. The pump and motor housing shall have provisions for mounting in either the horizontal or vertical position. 12. The following documentation shall be provided: 1.) Design calculations; 2) drawings of the pump and motor pertinent physical dimensions, including mount locations, electrical connections and cable sizes. 3). calculated pump flow rates and performance curves including head, efficiency, power and NPSHR. 13. One set of instruction/maintenance manuals shall be included. Electrical Requirements 1. The pump motor power supply shall operate on 120 VAC, 60Hz. 2. The pump system (motor, power supply, controller & cables) shall conform to the standards of NFPA 70-2005, the National Electric Code. 3. The pump system (motor, power supply, controller & cables) shall conform to the FCC Part 15, subpart J of Docket 20780, Class B specification for radiated and conducted emissions. 4. The electrical cable attached to the motor shall be a non-terminated wire at least 12 feet long. Controls and Instrumentation Requirements 1. Pump speed shall be the primary operating variable. 2. All equipment and instrumentation to control the pump speed shall be provided. A Variable Frequency Drive (VFD) controller shall be used to perform this function. 3. A PLC interface for remote operation and monitoring of the pump controller shall be supplied. The interface shall be designed so that unit startup, normal operations, shutdown, and system monitoring can be accomplished from a remote operation station, such as a facility programmable logic controller. 4. All analogue instrumentation and control that is physically accessible and external to the pump system shall be linear analog inputs and outputs and either 0-5 vdc or 0-10 vdc for interfacing to the facility PLC. Control and instrumentation should be fully isolated from the AC power line.. 5. All discrete instrumentation and control that is physically accessible and external to the pump system shall be 0 to 24 VDC. PLC normal discrete levels are 0 vdc for ?off? and 24 vdc for ?on?. 6. Total power used by the pump and thus energy dissipated into the tank by pump operation shall be measured and be part of the PLC interface. Test Requirements Prior to shipment, the Contractor shall contact the NASA Project Manager and make arrangements to perform the following in their presence: 1. The pump flow rates shall be demonstrated in a reference liquid with a viscosity and density similar to liquid oxygen. 2. The motor and pump operation shall be demonstrated in liquid nitrogen and witnessed by GRC personnel. Cleaning and Packaging 1. All wetted surfaces shall be cleaned for oxygen service as per a specification approved by Glenn Research Center and then sealed in a contamination barrier such as a polyethylene bag. 2. The pump shall be packaged in a manner to allow shipment via common carrier. The packaging shall be designed to prevent damage that may occur during shipment via common carrier. 3. The Pump System shall be provided with any special tools required for handling or installation. ITEM 2) Pump System No. 2 ? Shall be suitable for liquid methane (LCH4) service. Delivery not later than May 1, 2006 Pump System Requirements Shall be the same as Pump System No 1 except: 1) The pump shall be capable of delivering 10 gpm of liquid methane (LCH4) at a pressure head rise of 20 feet. 2) The pump and motor shall be capable of operating while submersed and meeting the flow-head requirements at a temperature range 100 to 170 K (180 -306 R). It shall also operate at off design flow-head conditions with liquid nitrogen (LN2) at 77 K (140 R) 4) All materials and components of the pump and motor shall be compatible with operation in liquid methane and liquid nitrogen. 8) Pump efficiency will be better than 0.60. The rate of total energy added to fluid, at the nominal liquid methane flow rate of 10.0 GPM, shall not exceed 35W when the pump is operated continuously. The total energy consists of all heat and mechanical energy. Electrical Requirements 5. The pump motor power supply shall operate on 120 VAC, 60Hz. 6. The pump system (motor, power supply, controller & cables) shall conform to the standards of NFPA 70-2005, the National Electric Code. 7. The pump system (motor, power supply, controller & cables) shall conform to the FCC Part 15, subpart J of Docket 20780, Class B specification for radiated and conducted emissions. 8. The electrical cable attached to the motor shall be a non-terminated wire at least 12 feet long. Controls and Instrumentation Requirements 7. Pump speed shall be the primary operating variable. 8. All equipment and instrumentation to control the pump speed shall be provided. A Variable Frequency Drive (VFD) controller shall be used to perform this function. 9. A PLC interface for remote operation and monitoring of the pump controller shall be supplied. The interface shall be designed so that unit startup, normal operations, shutdown, and system monitoring can be accomplished from a remote operation station, such as a facility programmable logic controller. 10. All analogue instrumentation and control that is physically accessible and external to the pump system shall be linear analog inputs and outputs and either 0-5 vdc or 0-10 vdc for interfacing to the facility PLC. Control and instrumentation should be fully isolated from the AC power line.. 11. All discrete instrumentation and control that is physically accessible and external to the pump system shall be 0 to 24 VDC. PLC normal discrete levels are 0 vdc for ?off? and 24 vdc for ?on?. 12. Total power used by the pump and thus energy dissipated into the tank by pump operation shall be measured and be part of the PLC interface. Test Requirements Prior to shipment, the Contractor shall contact the NASA Project Manager and make arrangements to perform the following in their presence: 1. The pump flow rates shall be demonstrated in a reference liquid with a viscosity and density similar to liquid methane. 2. The motor and pump operation shall be demonstrated in liquid nitrogen. Cleaning and Packaging 1. Prior to shipping, all wetted surfaces shall be thoroughly cleaned to remove all dirt, grease, oil, etc and then sealed in a contamination barrier such as a polyethylene bag. 2. The pump shall be packaged in a manner to allow shipment via common carrier. The packaging shall be designed to prevent damage that may occur during shipment via common carrier. 3. The Pump System shall be provided with any special tools required for handling or installation. Solicitation Instructions The provisions and clauses in the RFQ are those in effect through FAC 01-25. The NAIC code is 333911 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center is required by the time period specified above for each item. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by October 27, 2005, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number (if the offeror uses Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) and the Representations and Certifications (52.212-3) if not currently available on BPN, identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for Items 1 thru 2 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides an offer). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ?track changes? feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offers are NOT acceptable. Offerors shall provide the information required by FAR 52.212-1. Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the total price. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. 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. Alternate sites to download Representation and Certifications - Commercial Items may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website covers almost all reps and certs. Vendors access it at http://orca.bpn.gov. FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7.__ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). __ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (21)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (22) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (23)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (24) 52.225-5, Trade Agreements (Jan 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (26) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (27) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). _X_ (28) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (29) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (31) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (32) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (33) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (34)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).. __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: None Marked as Applicable 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 Selection and award will be made on an aggregate basis for all two items to that offeror whose offer meets the specifications of Items 1 thru 2 above and is the most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as delivery schedule proposed shall also be considered Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". 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=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#118067)
 
Record
SN00918911-W 20051022/051020212457 (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.