Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

Z -- SPF CHAMBER REPAIR - WELDING SERVICES

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10335021Q
 
Response Due
4/2/2010
 
Archive Date
3/30/2011
 
Point of Contact
Joan V Haug, Purchasing Agent, Phone 216-433-3503, Fax 216-433-2480, Email joan.v.haug@nasa.gov
 
E-Mail Address
Joan V Haug
(joan.v.haug@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ)] forwelding services as per the following Statement of Work, Specifications, and attachedsketches, and drawings:1.INTRODUCTIONCracks at four Oil Diffusion Pump Openings in the floor, and one light penetration in thewall of the SPF Chamber are to be repaired by welding. Repairs are to be consistentwith National Consensus Codes for the repair of ASME Code Stamped Pressure Vessels. Thespecific locations of these repairs are detailed in paragraphs 4.4 and 4.5.2.Scope2.1.General.The four SPF Chamber floor leakage paths and the one wall crack are to be repaired perthese requirements and the requirements of ASME Boiler and Pressure Vessel Codes. Thespecific locations of these repairs are detailed in paragraphs 4.4 and 4.5. Though theSPF Test Chamber is not an ASME Code Stamped Pressure Vessel it shall be repaired inaccordance with the requirements of ASME Boiler and Pressure Vessel Code Section VIII,Div 1, and NBIC-23 (National Board Inspection Code). Glenn Research Centers PSO (Pressure Systems Office) shall perform the functions of theASME Authorized Inspector, and will perform all weld inspections.Welding shall also comply with the Glenn Research Center Welding Manual. Glenn ResearchCenters Pressure Systems Office reviews and approves all pressure system weld requests.The welder conducting the welds must have demonstrated field experience in welding onthick aluminum (greater than 0.75 inches).2.2.Location of Work.Work is to be done at SPF Test Facility located at NASAs Plum Brook Station.2.3.Materials, Equipment and Services to be provided by the Contractor.The Contractor shall provide all materials, equipment and services required to completethe repairs of the weld defects, except for those listed in section 2.42.4.Materials, Equipment and Services to be provided by the Glenn Research Center.The Glenn Research Center will provide the following:a.Review, and when acceptable the approval of the Contractors Site Specific Healthand Safety Planb.Review, and when acceptable the approval of the Contractors Weld Request Form.c.Services of the Pressure Systems Office, (and MTI) that would normally beprovided by an ASME Authorized Inspector.d.Services of the Pressure Systems Office, (and MTI) that would normally beprovided by the Contractor's properly qualified Certified Weld Inspector.e.Use of two man lifts. Each lift should be able to accommodate a weldingmachine with a footprint of 28 inches by 48 inches. One man lift is rated to a maximumof 1000 lbs, the other lift is limited to 500 lbs.An operators license, along with check out on this equipment is required before peopleare allowed to operate it. A qualified operator will be provided if needed.f.All Gaseous Helium Leak Testsg.All required pressure strength tests.h.An enclosure to contain the gasses and fumes from welding, as well as the exhaustsystem for this enclosure.The enclosures frame will be assembled from standard scaffolding materials, and coveredwith a flame resistant plastic. The SPF Exhaust System will be used to exhaust fumes tothe outside.i.Electric Power for the Welder.Glenn Research Center will provide a plug, and wire the plug to the welding units powerlead.j.Waste Disposal.The Glenn Research Center will dispose of small quantities (2 to 3 cubic feet) of ragsand cleaning material generated as part of this Statement of Work. 2.5.Implementation Plan:The Contractor shall start and complete this work in the time frame specified in thePurchase Order.2.6.Waste Disposal.The Contractor shall dispose of all wastes in accordance with Federal, State, and Localregulations, except for wastes specified in Section 2.42.7.Security Requirements.All Contractor employees assigned to work at Plum Brook Station will be required tocoordinate access with the NASA Main Gate. Access will be restricted to the work siteand travel between the entrance gate and the work site. Contractor employees shall viewa construction safety video before an identification badge is issued. Contractoremployees shall wear the badge at all times. Access for any Contractor employee who isnot a U.S. Citizen shall be coordinated with the Plum Brook Station Security Manager atleast 6 weeks in advance. 3.APPLICABLE DOCUMENTS AND DEFINITIONS3.1.GLENN RESEARCH CENTERThe following Glenn Research Center documents are applicable to this Statement of worka. The Glenn Research Centers Safety Manual.Chapter 15 PPE; Chapter 17 Construction Safety; Chapter 28 - Hot Work are chapters ofgreater interest. The following website link provides access to these documents: http://smad-ext.grc.nasa.gov/shed/pub/gsm/chapter_index.shtml b.The Glenn Research Centers Weld Manual.The Glenn Research Centers Welding Manual, (rev E) shall apply to this activity. Thisdocument requires documented, Welding Procedure Specification (WPS), ProcedureQualification Record (PQR) and Welder Qualification Test (WQT) for all pressure systemwelds.It also requires all weld performed per an approved Weld Request Form.Theserequirements are consistent with ASME Section IX. c.Weld Request Form (NASA C-4025)This form is used to request permission to weld, provides permission to weld, and is usedto record each individual weld.3.2.REFERENCE STANDARDSAll work is to be completed per the requirements of ASME Boiler and Pressure VesselCodes, Section VIII, Div 1 and Section IX and National Board Inspection Code, NBIC-23. 3.3.GLENN RESEARCH CENTER SAFETY MANUALAll work is to be completed in accordance with the Glenn Research Centers Safety Manual.3.4.GLENN RESEARCH CENTER WELD MANUALAll welding is to be completed in accordance with the Glenn Research Centers Weld Manual3.5.GLENN RESEARCH CENTER DRAWINGSThe following drawings are included for reference, and as part of this Statement of Work. Site conditions do vary from as shown and need to be field verified.PF 40070Scavenger Plate InstallationODP Baffle Housing.PF 41238Test Chamber, and EnclosureDiffusion Pump Support Assembly and DetailsPF 41239Test Chamber, and EnclosureDiffusion Pump Support DetailsPF 41487Diffusion Pump Seal PlatesPF 41520Closing Oil Diffusion PumpsSPF Vacuum ChamberPF 40494Test Chamber Enclosures Test Chamber Partial Floor Plate Repair Plan.PF 40496Test Chamber Enclosures Test Chamber Floor Framing, and Floor Plate Repair Details.PF 40469Test Chamber and EnclosureTest Chamber Penetration Details.87Chicago Bridge and IronPenetration AssembliesContract 9-208280Chicago Bridge and IronShell Stretchout and AssemblyContract 9-20824.TECHNICAL TASKS AND QUALITY ASSURANCE4.1.Site Specific Health And Safety PlanThe contractor shall prepare a Site Specific Health and Safety Plan and obtain NASAsapproval prior to performing any work at the Plum Brook Station. The Site SpecificHealth and Safety Plan shall be done in accordance with Chapter 17 Construction Safetyof the Glenn Research Centers Safety Manual. Areas of specific interest are:a.Grinding and Machiningb.Hot Work.Glenn Research center requires Hot Work Permits which is addressed in Chapter 28 of theGRC Safety Manual. Fire Extinguishers, fire watch, and a 30 minute fire watch afterfinishing work are among the specific items that are required.Grinding, and other spark producing activities are also considered Hot Work. c.Work at elevationd.Operator qualification, man lift (if applicable)e.Weldingf.Safety of working in enclosures.g.Respiratory protection and ventilation.4.2.Cleanliness PlanThe inside of the SPF test chamber has been cleaned using a process consistent with aClass 100k Clean Room.a.Maintaining area cleanliness will require wearing of freshly laundered clothing,wearing of booties, and working on clean floor coverings and cloth.b.Maintaining air cleanliness will require working underneath a tent with positiveexhaust ventilation.c.After welding the area will need to be cleaned with Crystal Simple Green,followed by a wipe with a rag wetted with Isopropyl Alcohol. (Regular Simple Green shallnot be used.)4.3.Welding PlanWeld repairs will be by the GMAW, or GTAW processes.The Contractor shall submit the following so a Weld Request may be reviewed and approved.a.A WPS, PQR, and WQT.b.Proof of welder certification with the six months previous to start of welding. This may be by documentation of passing a specified test, or by submittal of aContinuity Log.4.4.Weld Repairs, ODP Openings. Weld defects at what are known as Pump Openings # 21, #22, #25, and #26 are to berepaired. Sketch 1 shows the location of these four openings in the SPF Test Chamber.Welds labeled as repair may be repaired by either re-melting the surface, and or weldinga new layer on top of the existing weld.a.Pump Opening #21 has two defective fillet welds in the Northwest quadrant, withthe location shown in Sketch 2. - Note A weld requires a 3/8 fillet weld porosity to be repaired. Both the bafflehousing lip and the baffle housing floor are 3003 aluminum. The porosity was identifiedwith a helium leak test only. The weld material shall be either 1100 aluminum or 4043. - Note B weld requires a poor fillet weld between a closure plate and the baffle housingfloor to be removed and rewelded. The weld shall be dye penetrant inspected.The weldmaterial shall be 4043 aluminum. b.Pump Opening #22 has defective welds in the Northeast Quadrant, with theirlocations shown in Sketch 3. - Note C weld requires a bevel full penetration weld to be repaired which was identifiedby helium leak test only. The baffle housing lip is 3003 and the chamber floor is 5083. See drawing PF-40496 Weld D for additional details. The surface discontinuities (pinholes and small surface cracks) are to be removed and welded.Cover passes shall use afiller material of 4043. - Note D weld requires a 3/8 fillet weld crack to be removed and repaired. This crackwas identified by both helium leak test and dye penetrant testing. Both the bafflehousing lip and the baffle housing floor are 3003 aluminum. The weld material shall beeither 1100 aluminum or 4043 aluminum. - Note E weld requires fillet weld porosity between a closure plate and the bafflehousing floor to be repaired. This crack was identified by a helium leak test. The weldmaterial shall be 4043 aluminum. c.Pump Opening #25 has a defective weld in the Northwest quadrant, with thelocation shown in Sketch 4. - Note F weld requires a bevel full penetration weld to be repaired which was identifiedby helium leak test only. The baffle housing lip is 3003 and the chamber floor is 5083. See drawing PF-40496 Weld D for additional details. The surface discontinuities (pinholes and small surface cracks) are to be removed and welded.The surface is to berepaired by welding on a new layer. Cover passes shall use a filler material of 4043.d.Pump Opening #26 has a defective weld in the Southwest quadrant, with thelocation shown in Sketch 5. - Note G weld requires a fillet crack between a reinforcement plate and an aluminum pipeof 6061 to be removed and repaired. This crack was identified by both helium leak testand dye penetrant testing. The weld material shall be 4043 aluminum. e.Defective welds having cracks identified with dye penetrant shall be repaired byfully removing the crack, and re-welding. Full removal of the crack will be confirmedby the GRC Pressure Systems Office.Removal by grinding, or by abrasive methods shall not be done. f.Defective surfaces, such as pin holes, and crater cracks shall be removed, andnew welding performed.g.Defective welds that do not have documented cracks (GHE leaks only) shall berepaired by re-fusion of the surface, or by applying a cover layer to the surface.h.The joint shall be re-welded per an approved WRF (Weld Request Form).Weld sizeand geometry shall match the intent of the removed weld. The weld will be accepted afterit has been inspected and accepted by Glenn Research Centers Pressure Systems Office.i.The understood materials of construction at these locations are: - SPF Floor is 5083 aluminum, with a 3003 overlay. - The OPD opening (sides, bottom, and seal washer at the 1 pipe) is 3003 aluminum. - The 1 pipe is 1 sch 40 6061.4.5.Weld Repairs Light PenetrationLight Penetration #81-17 has a defect that is to be repaired. The penetration is located61.25 feet above the chamber floor, and is the second one North of the West Door. Theoriginal weld detail is shown in Chicago Bridge and Iron, drawing 80 Rev 2.a.The defective weld is to be machined out until the crack is entirely removed. After removal the joint is to be re-welded.b.The crack is at top dead center of the joint, on the inside of the chamber.c.The understood materials of construction are as specified in Chicago Bridge andIron, drawing 87 Rev O.d.Full removal of the crack will be confirmed by the GRC Pressure Systems Office. Removal by grinding, or by abrasive methods shall not be done4.6.Warranty.The following warranty shall apply:a.The contractor shall warrant all welds pass inspection by the GRC PressureSystems Office. b.The contractor shall warrant the weld pass a subsequent low pressure GaseousHelium Leak Test.c.Any weld found to be deficient shall be immediately repaired.5.Period of Performance:The following period of performance will be expected from the winning bidder. NASA willsupport this schedule with inspectors and facility availability as needed.Total period of performance shall be less than four weeks upon contract award.5.1.The selected bidder will immediately start on their site specific health andsafety plan, certification of welders, and procure required materials.5.2.Expected to start welding at SPF within two weeks of start of award. It isexpected that all welding shall be finished, inspected and accepted within two weeks ofstart of welding.6.REPORTS DATA AND DELIVERABLES:The contractor shall complete the following activities6.1.Site Specific health and Safety Plan as specified in Section 4.16.2.Welding Plan, as specified in Section 4.26.3.Cleanliness Plan as specified in Section 4.36.4.Weld repairs as specified in 4.46.5.Weld Repairs as specified in Section 4.56.6.Warrant all work as specified in Section 4.56.7.Provide sufficient resources to meet the requested schedule, as specified inSection 5. 7.OTHER SPECIAL CONSIDERATIONS:7.1.The activities covered by this SOW are subject to in-process inspection by theGlenn Research Center.7.2.Glenn Research Centers Pressure Systems Office will provide the services of theASME Authorized Inspector.7.3.Glenn Research Centers Pressure Systems Office will be the Weld Inspector ofRecord for removal of defects, and acceptance of welds.7.4.The Bidder must have demonstrated field experience in welding on thick aluminum(greater than 0.75 inches). This experience shall be for applications conducted inaccordance with national consensus codes (i.e ASME Boiler Pressure Vessel Code and AWS). Special consideration will be given to applications involving 5000 series aluminummaterials. Reference(s) may be required upon request.7.5.Delivery of an acceptable Site Specific Health and Safety Plan in a timelyfashion is a key requirement of this activity. The provisions and clauses in the RFQ are those in effect through FAC 2005-40.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 $14.0respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA PLUM BROOK STATION is required within four (4) weeks ARO. Deliveryshall be FOB Destination.Offers for the items(s) described above are due by April 6, 2009 to NASA GLENN RESEARCHCENTER, 21000, Brookpark Rd., Cleveland, OH 44135 and must include, solicitation number,FOB destination to NASA Plum Brook Station, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), 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 theattention of Joan V. Haug at NASA Glenn Research not later than Friday, April 2, 2010.Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, delivery, and past performance.It is critical that offerors provide adequatedetail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications 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 isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).Any referenced notes may be viewed at the following URLs linked below.NOTE: PLEASE BE SURE TO VIEW ATTACHED SKETCHES AND DRAWINGS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10335021Q/listing.html)
 
Record
SN02107025-W 20100401/100330235520-622b4910fc2e352a5a6e5a60ea6266c7 (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.