Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

17 -- AIRCRAFT FUELING STATION

Notice Date
6/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10339162Q
 
Response Due
7/16/2010
 
Archive Date
6/22/2011
 
Point of Contact
Eunice J Adams-Sipp, Contract Specialist, Phone 216-433-6644, Fax 216-433-2480, Email Eunice.J.Adams-Sipp@nasa.gov
 
E-Mail Address
Eunice J Adams-Sipp
(Eunice.J.Adams-Sipp@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 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 services and materialsto install a new fueling station on the GRC Hangar apron in accordance with the followingStatement of Work and specifications: Pump and Filtration Module-160 GPM Tank Offloading and Recirculation System with pump,10hp motor (230-460V/3 phase/60HZ) Filter Monitor rated at 200 GP, Explosion-Proof StartStop, Static Reel, Butterfly and Check Valves as needed, Pressure Gauge, Inlet andDischarge Piping per ATA.Containment Pan for PFTAluminum Total Access Enclosure for PFT ModuleDirect-to Plane Module- Under-wing Fueling; 80-100 GPM Refueling system, 2 LC Meter, 50foot Hydraulic Dead-man Hose, Spring Rewind Dead-man reel, Dead man Control Handle, 2 X50 Aircraft Refueling Hose, Spring Rewind Hose Reel, Under-wing Single Point RefuelingNozzle, 50 Spring Rewind Static Reel, Butterfly and Globe Valves as needed, PressureGauge, Inlet and Discharge Piping, and Box Frame Skid Assembly.Aluminum Total Access Enclosure for DPT ModuleProvide Up-Grade PFT (Pump and Filtration/DTP (Direct-to-Plane) Jet-A ModuleSystem Functions:Unload Transports into Storage via Filter at 200 USGPM, Re-circulate Stored Fuel viaFilter at 200 USGPM, Over-wing Refuel at 35 to 50 USGPM, Under-wing Refuel at 100 to 110USGPM.Pump: 3 Positive Displacement Pump with integral gear reducer and bypass relief valve flexiblycoupled to a 15 hp, 1750 rpm, 230-460V3/60HZ, explosion proof motor, base mounted w/cplgguard.Filter/Separator: 5th edition Cat. M Filter Separator with coalescer/separator elements, air eliminator,check valve, pressure relief valve, piston type differential pressure gauge w/push buttonduel SS fuel sample probes, manual drain, float-switch, and Sump Heater with Thermostat.Meter: 2 Liquid Control Meter with large numeral counter rated at 150 USGPN flow rate, Aluminumand SS construction.Hose Reel: 1-1/2 Hose Reel electric rewind with motor and rewind switch 120V/1/60HZ aluminuminternals.Hose: 1-1/2 X 75 FT aircraft refueling hose, male coupled with female QD one end, Tested,certified, and serialized, per NFPA 407.Nozzles: 1-1/2 Over-wing Nozzle with inlet swivel, 100 mesh SS strainer, bump ring, groundclip/plug and dust cap, male QD. Single Point Nozzle with 2 inlet swivel, 100 meshstrainer, 45 psi HECV, male QD.System Piping: (1)3 Aluminum cam lock adapter with dust cap, (3)3 check valves, ductile iron-SS trim,and wafer, (3)3 butterfly valves, ductile iron-SS trim, and wafer, (1)1-1/2 stainlesssteel ball valve-flanged, (1) 3 basket strainer, carbon steel with SS basket, (2)4-1/2 Liquid Filled gauges (1-compound-1-pressure) with SS isolation valves, All weldedsch-40 carbon steel piping upstream of filter, All 304 SS welded piping downstream offilter to aircraft.Back Pressure Valve:3 OCV back Pressure Relief with dual solenoids for HI/Lo Pressure with selector switchfor Over/Under-wing fueling, Epoxy Lined ductile iron construction with SS pilots andtubing, 150 lb flg.Static Reel: Static Reel, spring re-wind with clear plastic-coated cable and approved ground clip.Controls:Start-Stop Station, Motor Starter, Water Defense/Deadman Controller with dual IS relaysand alarm pilot light, 75 ft of cable on spring re-wind with deadman handle.Skid-Enclosure-Fabricated steel, perimeter box frame skid with structural steel cross-members to supportkey element items, primed and painted high gloss white enamel finish, Total AccessAluminum Cabinet Enclosure, removable panels, SS hardware, half panel drop down doors,provisions for locking with self-welded containment pan.Installation Requirements:System Installation per scope listed here: Labor, Materials, Equipment, Permits asrequired to install new Jet Fuel Module, and Remove and Dispose of existing fuelcabinets. Disconnect piping in sump, remove check valve, open man-way and modify suctionpiping to floating suction permitting one pipe to be used as a fill line. Finish andinstall overfill prevention valve with aluminum fill. Connect ne Jet Fuel Module cabinetfill/supply to existing underground piping previously used for suction line. Disconnectdrain, clean out and dispose of old fueling cabinets, Furnish Crane to off-load and setnew Jet Fuel Module and remove existing modules, Modify suction from UST as required tointerface with new module with stainless steel fittings, Furnish and install additionalconduit as required from existing conduit connections to new module, Provide LicenseElectrician and Licensed UST technicians as required, Test and Flush system as requiredwith existing owner supplied Jet Fuel, Provide Training in operations and maintenance ofnew Jet Fuel Module, Undergo NASA Safety, environmental and security training briefingsfor all on-site personnel as required.The Statement of Work and Specifications may also be accessed athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=.The provisions and clauses in the RFQ are those in effect through FAC 2005-41. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 332420/500respectively. 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/Glenn Research Center, Attn: Receiving, Bldg 21, 21000 Brookpark Road,Cleveland, Ohio 44135 is required within 12 weeks days ARO. Delivery shall be FOBDestination. Offers for the items described above are due by COB 07/16/2010 to NASA Glenn ResearchCenter, Attn: Eunice J. Adams-Sipp (MS: 500-312), 21000 Brookpark Road, Cleveland, Ohio44135 and must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. 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 offered is other than domestic end product as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry of origin. FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-36, 52.225-1, 52.225-13, 52.232.33. 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 questions must be in writing via e-mail to Eunice J. Adams-Sipp not laterthan 07/09/2010. All technical questions must be in writing via e-mail to RobertSchutte, Robert.W.Schutte@nasa.gov not later than 7/09/2010. Please copy Eunice J.Adams-Sipp on any technical questions. Questions via telephone 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, and past performance. Other critical requirements: such as delivery, maintenance,etc shall also be considered. It is critical that offerors provide adequate detail toallow 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 willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10339162Q/listing.html)
 
Record
SN02184187-W 20100624/100622235008-16a97ac5a995857aa0f8c2b1fd8335e3 (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  © 1994-2020, Loren Data Corp.