Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 26, 2003 FBO #0759
SOLICITATION NOTICE

59 -- SCOUT PROJECT

Notice Date
12/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ-BH2-JEN-04-008Q
 
Response Due
1/9/2004
 
Archive Date
12/24/2004
 
Point of Contact
Jessica S. Verduzco, Contract Specialist, Phone (281) 483-0653, Fax (281) 244-5331, Email jessica.s.verduzco@nasa.gov - Michael J Lonchambon, Contracting Officer, Phone (281) 244-5151, Fax (281) 244-5331, Email michael.j.lonchambon@nasa.gov
 
E-Mail Address
Email your questions to Jessica S. Verduzco
(jessica.s.verduzco@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotation (RFQ) for an 8 kW PEM fuel cell stack to support a developmental rover testbed project. This acquisition involves the purchase of one fuel cell stack that operates on hydrogen and oxygen delivered 20 weeks after award of contract with one design review. Reliability and durability are the highest priorities of this fuel cell procurement. Preference for this contract award will be given to vendors with reliable experience with PEM fuel cell stacks that operate on hydrogen and oxygen (not air). The power plant system requires the fuel cell to produce at least 8 kW at a minimum of 48 Volts for at least one hour and 4 kW for at least 10 hours and be capable of responding to load demands increasing from 300 Watts to 8 kW in less than one second. The power plant also requires the fuel cell stack to weigh less than 100 lbs, be capable of water cooling, include instrumentation for temperature and individual cell voltages, operate at anode and cathode pressures between 5 and 20 psig, and contain bus plates electrically isolated from the endplates. The fuel cell stack will eventually be operated with reformed methane and therefore membranes and catalyst materials should be capable of tolerating up to 10 ppm of CO in the hydrogen. The power plant also requires an anode stoichiometric ratio (ratio of the mass flow into the fuel cell to the fuel cell consumption flow rate) of no more than 3 and a cathode stoichiometric ratio of no more than 5. Proven operation at stoichiometric ratios lower than this requirement would be considered value added to this contract selection. Specific information related to hours of fuel cell operation with pure oxygen, size, and power rating is requested in a proposal. The provisions and clauses in the RFQ are those in effect through FAC 01-17. The NAICS Code and the small business size standard for this procurement are 335999 and size standard of 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Building 421 by January 9, 2004. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 3:30 p.m. local time, January 9, 2004 to NASA/Lyndon B. Johnson Space Center, Mail Code: BH13/J. Verduzco, 2101 NASA Parkway, Houston Texas, 77058-3696, and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Apr 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). 52.222-21, Prohibition of Segregated Facilities (E.O. 11246). 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). 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 All contractual and technical questions must be in writing (e-mail or fax) to Jessica Verduzco no later than January 9, 2004. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: See value factors in the solicitation. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications 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 is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#108348)
 
Record
SN00495733-W 20031226/031224212201 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.