Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23, 2001 PSA #2772
SOLICITATIONS

66 -- DIGITAL VALVE PACKAGE FOR PRESSURE CONTROL AND MASS FLOW MEASURING

Notice Date
January 19, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
RFQ3-165070
Response Due
February 27, 2001
Point of Contact
Jean M. Rogers, Contracting Officer, Phone (216) 433-2349, Fax (216) 433-5489, Email Jean.M.Rogers@grc.nasa.gov
E-Mail Address
Jean M. Rogers (Jean.M.Rogers@grc.nasa.gov)
Description
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). DIGITAL VALVE SPECIFICATIONS Provide one complete digital valve package for pressure control and mass flow measuring per the following requirements: General Operating Inlet Press. Max: 180 psia Operating Inlet Press. Normal 165 psia Operating Inlet Press. Min: 150 psia Operating Inlet Temp. Max: 1000 F Operating Inlet Temp. Min: 500 F Flow rate Max: 70.0 lb./ sec. @ min. inlet Oper. Press. and 120 psia outlet press. Flow rate Min: 1.4 lb./ sec. @ max inlet Oper. Press. and 2.7psia outlet press. Flow rate Transition: A. From 18 lb./sec at 34 psia outlet to 6.5 lb./sec at 12.5psia outlet in less than 1.0 sec. B. >From 61 lb./sec. @ 117psia outlet to 33.2 lb./sec @ 63.7 psia outlet in less than 1.0 sec. Resolution: .003% full scale, .25% @ min. flow condition & throughout entire operating range Valve Type: Digital, multi orifice Bits: 15 Elements: 26 Configuration: U-type geometry with 10" 150# flanged inlet and outlet ends Actuation: Air cylinder, powered by 120 psig shop air & 24 VDC solenoid valves Operating environment: Entire assembly will be located in an altitude tank where pressures range from 14.7 psia to full vacuum. Temperature range is 500 to 1750F Noise/ vibration Level: To be provided by vendor Fail Safe Position: Close Instrumentation Inlet and outlet pressure transducers and thermocouples along with all components required to provide a fully operational system Controller All software, hardware and cabling shall be supplied to make it a fully operational package. Hardware to include, but not be limited to monitor, PC, and interface hardware. Interfacing cabling from controller to valve shall also be provided. Controller will be positioned 250' from valve and all interconnecting cabling shall be EMI shielded. Software shall be designed and tested to control the valve using 10 NASA supplied 0 -- 10 VDC analog signals and a predefined matrix to set an outlet pressure. Controller to supply the following output signals (0-10 VDC) for the NASA data recording system: Inlet supply Press Inlet supply Temp Outlet press. (Actual and Calculated) Outlet Temp. Mass flow rate Actual valve % area open All input values supplied to the valve Controller to be capable of being set in the following 4 discrete operating modes: 1. Manual ( will allow manually setting of valve % open area from 0 thru 100% open) 2. Automatic (Hold a predetermined outlet pressure based on NASA supplied matrix) 3. Start 4. Shutdown All source codes used shall be provided so NASA can reprogram at a later date. Acceptance Testing A full system test shall be performed to verify all inputs, outputs and bit operation will perform as designed for the full range of the valve. A flow test shall also be conducted with 2 lb/sec of air and a lower outlet pressure setting to simulate the 18 to 6.5 lb/sec transition. Flow and operational tests to be witnessed by a NASA engineer and data recorded on a strip chart as well as digitally on a floppy or CD. Calibration Calibration shall be done on the entire valve at maximum flow rate and individually by bit for the range of pressures between 180 psia to 150 psia at temperatures from 500 to 1000F. Transportation and supervisory cost that would be required to have this done at an outside facility capable of the full 70 lb./sec flow rate shall be included in the quote. Uncertainty: +/- .5% Documentation Mechanical fabrication/ assembly drawings, schematics, and all electrical/ electronic drawings shall be provided. An operational/ training/ troubleshooting manual shall also be provided for this package. Spare Parts One (1) set of replacement seat/ seal repair kits for each different size of element shall be provided. Onsite Support A cost per day for any onsite troubleshooting/ repair that may be required at the Cleveland, Ohio NASA Glenn Research Center shall also be provided as a separate line item. A 24-hour response time is required. The provisions and clauses in the RFQ are those in effect through FAC 97-20. 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 332919 and 500 employees, 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 NASA Glenn Research Center is required within 14 weeks of award of contract. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:30 p.m. EST, February 27, 2001 and may be mailed or faxed to Jean M. Rogers, NASA Glenn Research Center, 21000 Brookpark Rd., Cleveland, OH, 44135, Mail Stop 500-312; FAX: 216-433-5489 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. 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 52.246-2 Inspection of Supplies -- Fixed Price FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: (a)52.222-3 Convict Labor (E.O. 11755); 52.233-3 Protest After Award; (b) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I (41U.S.C.253g and U.S.C. 2402;52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for disabled Veterans and Veterans of the Vietnam Era (38U.S.C.4212);52.222-36 Affirmative Action for Disabled Workers with Disabilities (29U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of Vietnam Era;52.225-1 Buy American Act-Balance of Payments Program-Supplies;52.225-3 Buy American Act-North American Free Trade Agreement;52.225-13 Restrictions on Certain Foreign Purchases; 52.225-15 Sanctioned European Union Country End Products; 52.232-34 Payment by Electronic Funds Transfer -- Other Than Central Contractor Registration; (d)Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). 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 January 25, 2001. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of 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=22 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
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFQ3-165070)
Record
Loren Data Corp. 20010123/66SOL004.HTM (D-019 SN50B350)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on January 19, 2001 by Loren Data Corp. -- info@ld.com