Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOURCES SOUGHT

36 -- SOURCES SOUGHT FOR POSSIBLE REPLACEMENT FOR SSC B1 TEST STAND LIQUIDHYDROGEN -LH- RUN TANK VESSEL

Notice Date
12/9/2011
 
Notice Type
Sources Sought
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
NASA Office of Procurement, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
RFI-V-151-LH
 
Response Due
12/19/2011
 
Archive Date
12/9/2012
 
Point of Contact
Carol Burnside, Contract Specialist, Phone 228-688-1638, Fax 228-688-1141, Email carol.a.burnside@nasa.gov - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email James.D.Huk@nasa.gov
 
E-Mail Address
Carol Burnside
(carol.a.burnside@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA/SSC Office of Procurement (OP) is seeking potential sources to provide areplacement for SSC B1 Test Stand Liquid Hydrogen (LH) Run Tank at the John C. StennisSpace Center, Mississippi.This notice is issued for informational purposes only and does not constitute Request forQuotation (RFQ) or Proposal (RFP) but is a Request for Information (RFI) to determinewhether a potential replacement for the existing tank is currently available. Thisnotice does not commit the government to award a contract now or in the future. Submitting information for this RFI is voluntary and participants will not becompensated. No solicitation exists; therefore, do not request a copy of thesolicitation. If a solicitation for this requirement is released, it will be synopsizedin the NASA Acquisition Internet Service (NAIS) site athttp://prod.nais.nasa.gov/cgi-bin/eps and on the Federal Business Opportunities(FedBizOps) site at https://www.fbo.gov/. It is the responsibility of potentialofferors to monitor these sites for the release of additional information pertaining tothis notice. The current Vessel (V-151-LH) was built by the Chicago Bridge and Iron Works Company in1962, the characteristics of which are identified below. As such, the minimum dimensionand performance characteristics of any suggested replacement vessel are identified below. A. Manufacturers vessel description - Inner Vessel (required):1. Design Pressure: 83psi = MAWP + external vacuum + fluid2. Internal: 66 psi (MAWP = Design - external vacuum - fluid); External: not specified3. Code Compliance: ASME Section VIII, 19594. Service: Liquid Hydrogen5. Design Temperature: -424 to 100F6. Vessel Inside Diameter: 147. Capacity: 90,000 gallons (gross)B. Current Inner Vessel description also has the following characteristics (desired butnot required):1. National Board #: 29722. Vessel Length: 68 10.875 (between tangent lines)3. Allowable Stress: 18,750 psi (safety factor of 4)C. Manufacturers fabrication data Inner Vessel (required):1. Radiograph: 100%2. Joint efficiency: 100%3. Shell: ASTM A240 Type 304 material4. Corrosion Allowance: noneD. Current Inner Vessel fabrication data also has the following characteristics (desiredbut not required):1. Shell: Single layer courses at 0.401, three each at 0.414, two each at 0.422, oneeach at 0.464, one each at 0.485 nominal thickness2. Top head: Single layer at 0.19 nominal thickness of ASTM A240 Type 304 material.(Hemispherical)3. Bottom head: Single layer at 0.25 nominal thickness of ASTM A240 Type 304 material(Hemispherical)4. Stress Relief: noneE. Manufacturers vessel description - Outer Vessel (required):1. External Design Pressure: 17 psi2. Design Temperature: +125F to -20F3. Vessel Height: 69-3 (between tangent lines)4. Vessel Inside Diameter: 16F. Current Outer Vessel description also has the following characteristics (desired butnot required):1. Code Compliance: ASME Section VIII, 1959National Board #: 29732. Allowable Stress: 13,750 psi (safety factor of 4)G. Manufacturers fabrication data Outer Vessel (required):1. Shell: ASTM A285 Gr. C material2. Radiography: Not Specified3. Joint Efficiency: 80%4. Corrosion Factor: 0.0625 minimumH. Current Outer Vessel fabrication data also has the following characteristics (desiredbut not required):1. Shell: Single layer at 0.5625 nominal thickness2. Top Head: Single layer at 0.46875 nominal thickness of ASTM A285 GR. C FBQ material(Hemispherical)3. Bottom Head: Single layer at 0.875 nominal thickness of ASTM A285 GR. C FBQmaterial (Hemispherical)4. Stress Relief: NoneVendors having the capabilities necessary to meet or exceed the stated requirements areinvited to submit documentation outlining their qualifications to provide an equivalentvessel by description of its salient characteristics. Respondents should also addresswhether the equivalent vessel is available today and, if it is not available, what is areasonable delivery time? Responses should also include the name and address of firm,size of business (i.e. large, small, small disadvantaged, 8(a), HUBZone, veteran-owned,service disabled veteran-owned, and/or woman-owned). Responses should not containcompany-sensitive information.Responses should be submitted not later than 3:00 p.m. (local time) on December 19, 2011,via e-mail to carol.a.burnside@nasa.gov (cc: james.d.huk@nasa.gov) or via fax to228-688-6024, Office of Procurement, Attn: Carol Burnside, (Comm 228-688-1638).Submissions will be evaluated solely for the purpose of determining whether or not apotential replacement is currently available and a procurement may be conducted on anon-competitive or competitive basis. Oral communications are not acceptable in responseto this notice. A determination by the Government not to procure this requirement, basedupon responses to this notice or other market research, is solely within the discretionof the Government. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation forthe requirement.This notice is unrestricted. The NAICS Code and Size Standard are 332420 [Metal Tank(Heavy Gauge) Manufacturing] and 500 Employees respectively. The DPAS Rating for anypotential procurement would be DO-C9. FOB for any subject delivery would be destination. The estimated period of performance or lead-time for any subject delivery would beimmediate. An Ombudsman has been appointed. See NASA Specific Note 'B'. Any referencednotes may be viewed at the URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/RFI-V-151-LH/listing.html)
 
Record
SN02636694-W 20111211/111209234118-6f83199cfa1747aa6a1814e2f0d13f19 (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.