Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2005 FBO #1440
SOURCES SOUGHT

68 -- HIGH PURITY LIQUID OXYGEN

Notice Date
11/3/2005
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK06OL03L
 
Response Due
11/10/2005
 
Archive Date
11/3/2006
 
Description
NASA/KSC is hereby soliciting information about potential sources for High Purity Liquid Oxygen Capability by Industry to Support the NASA's Shuttle Program. NASA uses high purity liquid oxygen for the operation of the fuel cells aboard the Shuttle?s Orbiter. NASA procures high purity oxygen according to the military specification, MIL-PRF-25508F (Type II, Grade F), as shown in Table 1. NASA?s current requirements for high purity oxygen are approximately 12,000 gallons before each Shuttle flight with a current projection of 4 flights per year. The high purity oxygen will be transported from the vendor?s production facility to Kennedy Space Center via Government owned mobile tankers, or dedicated high purity vendor tankers. NASA is seeking to identify liquid oxygen sources that are interested and capable of producing high purity liquid oxygen in accordance with requirement listed below. Please discuss the capability and location of the production facility, and the available transportation mode. If the proposed production facility does not currently produce liquid oxygen in accordance with the requirements below, briefly discuss modifications to the plant (e.g. analytical equipment, process changes) that will enable the proposed production facility to produce high purity oxygen. High Purity Oxygen - MIL-PRF-25508F (Type II, Grade F): Oxygen Purity Limit: 99.990% minimum Contaminants Limit, max ppm by Vol: Total Impurities - 100 Total Hydrocarbons (as methane equivalent) - 20 Alkynes (as acetylene equivalent) - 0.05 Water - 3 Methane - 16 Ethane - 2 Propane and high hydrocarbons (as propane equivalent) - 1 Nitrous Oxide - 1 Halogenated hydrocarbons - 1 Carbon monoxide and carbon dioxide - 1 Other (N, Ar, Kr, etc.) 1 Odor - None Particulate (mg/L - max) - 1.0 No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: Jonathan Partridge, (321) 867-0093 or email jonathan.k.partridge@nasa.gov. Procurement related questions should be directed to: Lisa Morales, (321) 867-3860 or email lisa.morales-1@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Lisa Morales no later than November 10, 2005. Please reference NNK06OL03L in any response. 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=76#118180)
 
Record
SN00926095-W 20051105/051103212351 (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.