Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SOLICITATION NOTICE

66 -- AN ALUMINUM HEAT EXCHANGER AND A STAINLESS HEAT EXCHANGER

Notice Date
9/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06171841Q
 
Response Due
10/11/2006
 
Archive Date
9/26/2007
 
Small Business Set-Aside
N/A
 
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: 1.) Heat Exchanger, Aluminum - (quantity required 1 each) 2.) Heat Exchanger, Stainless - (quantity required 1 each) STATEMENT OF WORK: Provide 2 cold plate heat exchangers for use in VF12 at NASA Glenn Research Center. SPECIFICATIONS: A plate-type heat exchanger that transfers 6000 watts from a 60/40 propylene glycol/water mixture at 2 C to an external convection environment which can accept 30 Watts/square centimeter. The plan area of the heat exchanger interfacing with the convection environment is 15 cm by 15 cm, and the external faces are to be flat 60 micron machine surface. The heat exchanger must be effective using either side of the heat exchanger for the convection environment. Weight must be less than 6 kg. Pressure drop as low as possible but less than 75 kPa for the assembly, including headers. One cold plate exchanger must be stainless steel and the other 6061-T6 aluminum alloy. They must operate in a vacuum environment at 10E-02 torr. The provisions and clauses in the RFQ are those in effect through FAC 05-12. The NAICS Code and the small business size standard for this procurement are 336412 and 1,000 employees respectively. The offeror shall state in their offer their size status for this procurement. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by close of business on October 11, 2006 to fax number 216-433-2140 or email 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 shall provide the information required by FAR 52.212-1 (JAN 2006), 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Jean M. Boylan not later than October 1, 2006. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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". 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 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=22#122358)
 
Record
SN01155140-W 20060928/060926221305 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.