Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,1998 PSA#2093

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

48 -- 4" X 6" VACUUM JACKETED PIPING AND VALVES SOL 8-1-8-02-B9198 POC Teresa A. Foley, Contracting Officer, Phone (205) 544-0335, Fax (205) 544-9080, Email teresa.foley@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/MSFC/date.html#8-1-8-02-B9198. E-MAIL: Teresa A. Foley, teresa.foley@msfc.nasa.gov. NASA/MSFC plans to issue a Request for Quotation (RFQ) for a 4 x 6 Vacuum Jacketed Piping and Valves meeting the following requirements: 1. The contractor shall provide the 4"X6" vacuum jacketed liquid hydrogen pipe system in factory-prefabricated, tested, evacuated, and cleaned sections. (Sections to be flushed with de-ionized water to remove large particles and then dried with dry nitrogen gas to a dewpoint of 65 degrees fahrenheit). 2. Contractor shall provide vacuum seal-off valves with TELEVAC Thermocouple gage tubes compatible with existing hardware (CVI MODEL V-1046-31). 3. The piping system shall be supplied in multiple spool sections equipped with bayonet connectors. Assembly to be performed at MSFC by MSFC personnel. No welding, insulating, vacuum leak testing, or vacuum pumping should be required to make a mechanical connection between pre-evacuated spool sections. 4. The contractor shall perform 100% radiograph inspection of all inner line butt welds per ASME B31.3. 5. The contractor shall perform 100% radiograph of inner line longitudinal welds is seamed pipe is used. 6. The contractor shall pressure test the inner line per ASME B31.3. 7. The contractor shall perform a helium mass spectrometer leak check (No leakage allowable at 1X10E-9 standard cc/second machine sensitivity) and vacuum retention test for vacuum integrity (vacuum level at shipping shall be 35 microns or less). 8. The contractor shall evacuate the lines, concurrent with a "baking" process to accelerate outgassing. The contractor shall install a chemical gettering system in the vacuum annulus to insure maximum long-term vacuum efficiency. The contractor shall wrap the inner line of piping with layers of laminar radiation shielding, or superinsulation (heat leak shall be less than 1.407 btu/hr-ft). 9. The contractor shall provide a detailed drawing of the complete system, for approval prior to contract award. 10. The contractor shall provide a detailed analysis of pipe stress, system flexibility, heat leak values, and maximum loads on all supports. 11. The contractor shall provide (4) vacuum jacketed valves 4" globe type, Cv equal to or greater than 250, with a cylinder type actuator (150 psig operating pressure), air to open, air to close with a spring bias to fail closed. Valves must be supplied with explosion proof limit switches. 12. The contractor shall provide vacuum jacketed filters (2), 4 ", capable of flowing at least 600 GPM, with a delta P of less than 1 psid, with a 400 micron absolute rating. Must have a maximum operating pressure of at least 150 psig. 13. The contractor shall ship the piping system to MSFC West Test Area (through MSFC shipping and receiving). 14. The contractor shall provide anchor and support locations. 15. The contractor shall provide suggested anchor and support designs. A. The Government shall provide the following: 1. The anchors and supports will be provided by MSFC. 2. The piping system will be installed by MSFC. B. Specifications 1. Inner line and jacket pipe shall be stainless steel per ASTM A312 TP-304L. Inner liner schedule 5, jacket piping shall be schedule 10S. 2. Fittings shall be butt weld type ASTM A403 WP-304L 3. Flexhoses and jacket expansion joints shall be stainless steel grade 321 with 304L stub ends. 4. External expansion joints shall be equipped with removable stainless steel bellows shields. 5. All welding to be done per ASME B31.3. 6. Boss sizes and locations to be coordinated with contractor prior to final design submittal during site visit. 7. Exact measurements of system to be taken by contractor prior to submittal of offer (coordinate site visit with Teresa A. Foley, Procurement Office). 8. Interface requirements of system to be coordinated with contractor during site visit. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/MSFC intends to purchase the items from PHPK Technologies Inc., 535 Enterprise Drive, Westerville, OH 43801. This sole source action is based on system compatibility and proprietary specifications. The Government intends to acquire a commercial item using FAR Part 12. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. Interested firms have until May 15, 1998, to submit in writing to the identified point of contact, their qualifications/ capabilities. Such qualifications/capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after May 15, 1998, or without the required information will be considered nonresponsive to the synopsis and will not be considered. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See Internet Note "B". (0127)

Loren Data Corp. http://www.ld.com (SYN# 0222 19980512\48-0001.SOL)


48 - Valves Index Page