Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 18,2000 PSA#2644

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

66 -- TEMPERATURE/HUMIDITY TEST CHAMBERS SOL 8-1-0-E2-C8851 DUE 081100 POC Becky LaRue, Contract Specialist, Phone (256) 544-5665, Fax (256) 544-8434, Email becky.larue@msfc.nasa.gov -- David A. Iosco, Contracting Officer, Phone (256) 544-0387, Fax (256) 544-4400, Email david.iosco@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#8-1-0-E2-C8851. E-MAIL: Becky LaRue, becky.larue@msfc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Item 1 -- Quantity 1, Unit/Each Item Description: Russell Model RD-64-5-5-LN-2-WC Temperature/Humidity Test Chamber or Equal Performance Specifications: The chamber shall have an operation range of -73 degree to +177 degree Centigrade (Mechanical Cooling). The control accuracy shall be +/- 1 degree Centigrade dry bulb air temperature control tolerance measured at the control sensor after stabilization, as measured and controlled where the conditioned air enters the workspace. Stabilization occurs when the temperature of the chamber wall liner changes less than 2 degree Centigrade per hour. Thehumidity range shall be 10% RH to 95% RH in the range bounded by a 85 degree Centigrade maximum chamber temperature and a 4 degree Centigrade minimum dew point. Humidity stability shall be +/- 5% RH measured at the controller sensors. A demineralizer and cartridge shall be provided to demineralizer the humidity water. The temperature range during Cryogenic cooling shall be -175 degree Centigrade to +177 degree Centigrade. Control accuracy shall be +/-1 degree Centigrade dry bulb sir temperature control tolerance measured at the control sensor after stabilization, as measured and controlled where the conditioned air enters the workspace. The heating and cooling performance shall be based on the control sensor located in the supply air to the chamber workspace. The chamber electrical service shall be 460 volts, 3 phase, 60 hertz. Chamber Construction/Refrigeration System: The chamber interior dimensions shall be 48" wide x 48" deep x 48" high, clear usable workspace (64 cubic feet). The chamber liner shall be constructed of 16 gauge, high nickel content, Series 300 stainless steel assuring rustproof quality. The liner shall be heliarc welded on all seams to insure a hermetic seal preventing moisture migration into the chamber during low-temperature operation. All interior parts exposed to the chamber environments shall be fabricated of corrosion resistant materials. The floor of the chamber shall be capable of holding 300 pounds per square feet of Uniform Static Loads and have a drain. The chamber shall be provided with an interior light that is controlled from an external control switch. The chamber exterior cabinet shall be composed of a heavy-duty welded steel with 16 gauge sheet metal panels. The panel to chamber joints shall be sealed with a sealant to prevent moisture migration into the insulation area. Removable panels shall be provided for access to serviceable components and equipped with gaskets where the panels are covering insulated areas. The walls shall be insulated with an oven grade, non-settling fiberglass insulation, providing insulating "K" factor of 0.25. The chamber shall be provided with 4 access ports. Two 6-inch access ports on the right hand side of the chamber and two 6-inch access ports on the left hand side of the chamber. The access ports shall be flanged and sealed to the internal liner and chamber exterior. The ports shall be provided with vapor proof insulated sponge type plugs. The door for the chamber shall be front opening, left hand hinged of the same construction as the chamber and shall give full access to the chamber workspace. One 24" x 24" double pane viewing window with wiper shall be provided in the chamber door. The window shall incorporate an integral desiccant to insure dryness and minimize internal fogging at low chamber temperature. The refrigeration system shall consist of two 5-hp hermetic compressors system. The refrigeration system shall have hot gas bypass and liquid injection cooling. Non-explosive "Ozone Friendly" refrigerants shall be used. The refrigerant systemshall be designed to operate continuously or intermittently and may be shut down for extended periods of time without requiring special servicing. A set of four refrigeration gauges shall be provided to monitor the refrigeration system discharge and suctions pressures. The equipment shall be self-contained and be ready for operation after connecting to existing facilities. A direct injection LN2 cooling system shall be provided to assist or override the main mechanical cooling system. This system shall activate when a cooling demand is not satisfied by the mechanical cooling system. A dry gaseous nitrogen system, (GN2) shall be provided to control condensation during temperature cycling testing and to provide a positive pressure in the chamber during cryogenic cold soaks. Instruments and Controls: A Watlow Model F4, 2 Channel Temperature Programmer/Controller, shall be used to control the chamber temperature and humidity. The controller shall have a 256 steps of programming capacity to store the profiles of ramp soak programs. A Vaisala solid state humidity sensor, model HMM-30C shall be provided to control the humidity. A Watlow Model 945 product safeguard over/under temperature limit controller shall be provided to safeguard test hardware. A Honeywell Model DR450T, circular chart recorder shall be provided to record temperature and humidity data. Documentation: One set of operator and maintenance instruction manuals shall be provided alone with manufacturer data sheets. Wiring and plumbing schematics shall be provided for general maintenance. Two set of assembly drawings shall be furnished at the earliest possible time to assist in facilities and installation planning. Item 2 -- Quantity 2, Unit/Each Item Description: Russell Model GD-64-5-5-LN2 Temperature/Humidity Test Chamber or Equal Performance Specifications: The Chamber shall have an operation range of -68 degree to +177 degree Centigrade. The control accuracy shall be +/- 1 degree Centigrade dry bulb sir temperature control tolerance measured at the control sensor after stabilization, as measured and controlled where the conditioned air enters the workspace. Stabilization occurs when the temperature of the chamber wall liner changes less than 2 degree Centigrade per hour. The humidity range shall be 10% RH to 95% RH in the range bounded by a 85 degree Centigrade maximum chamber temperature and a 4 degree Centigrade minimum dew point. Humidity stability shall be +/= 5% RH measured at the controller sensors. A demineralizer and cartridge shall be provided to demineralizer the humidity water. The chamber electrical service shall be 460 volts, 3 phase, 60 hertz. Chamber Construction/Refrigeration System: The chamber interior dimensions shall be 48" wide x 48" deep x 48" high, clear usable workspace (64 cubic feet). The chamber liner shall be constructed of 20 gauge, high nickel content, Series 300 stainless steel assuring rustproof quality. The liner shall be heliarc welded on all seams to insure a hermetic seal preventing moisture migration into the chamber during low-temperature operation. All interior parts exposed to the chamber environments shall be fabricated of corrosion resistant materials. The floor of the chamber shall be capable of holding 300 pounds per square feet of Uniform Static Loads and have a drain. The chamber shall be provided with an interior light that is controlled from an external control switch. The chamber exterior cabinet shall be composed of a heavy-duty welded steel with 16 gauge sheet metal panels. The panel to chamber joints shall be sealed with a sealant to prevent moisture migration into the insulation area. Removable panels shall be provided for access to serviceable components and equipped with gaskets where the panels are covering insulated areas. The walls shall be insulated with an oven grade, non-settling fiberglass insulation, providing insulating "K" factor of 0.25. The chamber shall be provided with 4 access ports. Two 4-inch access ports on the right hand side of the chamber and two 4-inch access ports on the left hand side of the chamber. The access ports shall be flanged and sealed to the internal liner and chamber exterior. The ports shall be provided with vapor proof insulated sponge type plugs. The door for the chamber shall be front opening, left hand hinged of the same construction as the chamber and shall give full access to the chamber workspace. One 20" x 20" double pane viewing window with wiper shall be provided in the chamber door. The window shall incorporate an integral desiccant to insure dryness and minimize internal fogging at low chamber temperature. The refrigeration system shall consist of two 5 hp hermetic compressors system. The refrigeration system shall have hot gas bypass and liquid injection cooling. Non-explosive "Ozone Friendly" refrigerants shall be used. The refrigerant system shall be designed to operate continuously or intermittently and may be shut down for extended periods of time without requiring special servicing. A set of four refrigeration gauges shall be provided to monitor the refrigeration system discharge and suctions pressures. The equipment shall be self-contained and be ready for operation after connecting to existing facilities. A direct injection LN2 cooling system shall be provided to assist the main mechanical cooling system. Instruments and Controls: A Watlow Model F4, 2 Channel Temperature Programmer/Controller, shall be used to control the chamber temperature and humidity. The controller shall have a 256 steps of programming capacity to store the profiles of ramp soak programs. A Vaisala solid state humidity sensor, model HMM-30C shall be provided to control the humidity. A Watlow Model 945 product safeguard over/under temperature limit controller shall be provided to safeguard test hardware. A Honeywell Model DR450T, circular chart recorder shall be provided to record temperature and humidity data. Documentation: One set of operator and maintenance instruction manuals shall be provided alone with manufacturer data sheets. Wiring and plumbing schematics shall be providedfor general maintenance. Two set of assembly drawings shall be furnished at the earliest possible time to assist in facilities and installation planning. The provisions and clauses in the RFQ are those in effect through FAC 97-18. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3569 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to MSFC is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by August 11, 2000 at 3:00 pm, local time and may be mailed or faxed to PS24-L/Becky LaRue, Procurement Office, MSFC,AL, 35812 or fax at 256-544-8434 and 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: MSFC 52.213-91, 52.213-92 and NFS 1852.211-70. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: FAR 52.204-4, 52.211-15 and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-3, 52.232-34, 52.239-1, 52.211-16, NFS 1852.246-71, and MSFC 52.232-90, 52.211-90. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than July 26, 2000. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copiesof the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/14/00 (D-SN475213). (0196)

Loren Data Corp. http://www.ld.com (SYN# 0348 20000718\66-0002.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on July 14, 2000 by Loren Data Corp. -- info@ld.com