SOLICITATION NOTICE
41 -- AUTOCLAVE STIRRED REACTION VESSEL
- Notice Date
- 6/1/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC06160176Q
- Response Due
- 6/15/2006
- Archive Date
- 6/1/2007
- 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 Quotations (RFQ) for ONE LITER CAPACITY AUTOCLAVE REACTOR WITH ANCILLARY EQUIPMENT (QTY: Three (3) each Autoclave Reactors, all IDENTICAL and EACH in accordance with the following:) 1. INTRODUCTION: This specification details the requirements for an Autoclave Stirred Reaction Vessel, here in after referred to as "autoclave". 2. STANDARDS AND CODES: 2.1 The following standards and codes shall be met as applicable: ASME Boiler and Pressure Vessel Code, Section VIII, Div.1; ANSI B31.3 Standard for Piping; ANSI B16.5 Flanges and Flanged Fittings; ASTM Standards for Materials; NEMA Standards for Enclosures; NEC National Electrical Code; NFPA National Fire Prevention Association; OSHA Occupational Safety & Health Act. 2.2 All electrical instruments, devices, electrical heaters, tracing, and electric powered equipment associated with the autoclave shall comply with Class I, Div 2, Group B area classification. 3. GENERAL REQUIREMENTS: 3.1 The autoclave shall, as a minimum, consist of the following major components: 3.1.1 Pressure Vessel 3.1.2 Heating System 3.1.3 Cooling System 3.1.4 Agitator Assembly 3.1.5 Reactor Nozzles 3.1.6 Support Stand 3.1.7 Accessories 4. PRESSURE VESSEL: 4.1 The autoclave shall consist of a pressure vessel capable of meeting all the requirements of this specification, all applicable standards and codes for pressure vessels, and, with the following requirements: 4.1.1 The autoclave internal working volume shall be 1000 ml. 4.1.2 The internal working inside diameter shall be 3.0 inch. 4.1.3 The internal working length shall be 10.25 inch. 4.1.4 The autoclave pressure capability shall be 6000 psig. 4.1.5 The autoclave temperature capability shall be 650 deg. F at the pressure shown in 4.1.4. 4.1.6 The autoclave material of construction shall be 316 SS with an interior finish of 16 rms. 4.1.7 The autoclave configuration shall have a flat top-head and hemispherical bottom head. 4.1.8 The autoclave vessel shall be stamped with an ASME U symbol and National Board number. 5. HEATING SYSTEM: 5.1 The autoclave shall include an external electric heating system affixed to the outer shell of the reactor with the following minimum requirements: 5.1.1 The heating system shall be capable of producing a minimum autoclave operating temperature of 660 deg. F. 5.1.2 The heater shall have a minimum power rating of 1.2 kW at a standard voltage class of 208 V, 60 Hz, 1 ph. 5.1.3 The heater type shall be a single zone cast brass heater with internal thermocouples for temperature control. The heater shall include an explosion proof junction box. 6. COOLING SYSTEM: 6.1 The autoclave shall include an internal cooling coil for temperature control when processing exothermic reactions. 6.1.1 The internal cooling coil shall be 316 SS and must be removable from the inside of the top-head via appropriate connection fittings when not in-use. 7. AGITATOR ASSEMBLY: 7.1 The autoclave shall be equipped with a top-mounted magnetic driven agitator assembly with the following requirements: 7.1.1 The agitator shall have an operating speed range of 0 ? 2,000 rpm and a rated minimum torque of 60 in-lbf. 7.1.2 The agitator drive motor shall be a variable speed AC inverter duty motor capable and rated at 0.5 hp, 208 V / 3 ph / 60 Hz. The drive shall also be rated for Class 1, Div 2, Group B area classification. 7.1.3 The impeller of the agitator shall be a Gaspersator type with a hollow shaft for gas dispersion and an adjustable upper pitched blade turbine. 8. REACTOR NOZZLES 8.1 The autoclave reactor shall be equipped with the following minimum nozzle services, connection size, types and locations: 8.1.1 Process ports (qty 2) 9/16? MHP, Side Head 8.1.2 Safety head rupture 1/4? NPT, Side Head 8.1.3 Vent / Pressure Gage 9/16? MHP, Side Head 8.1.4 Sample 9/16? MHP, Side Head 8.1.5 Thermowell 1/8? FNPT, Top Head 8.1.6 Cooling Coil Inlet 1/4? MHP, Side Head 8.1.7 Cooling Coil Outlet 1/4? MHP, Side Head 8.1.8 Agitator Cooling (qty 2) 1/4? FNPT, Mixer Housing Note: MHP designates Medium High Pressure connections mfg. by High Pressure Equip. Co. 9. SUPPORT STAND 9.1 The autoclave shall be installed on a floor-mount support structure. The carbon steel floor stand shall have a fixed cover design, so no process connections need to be broken to open the reaction vessel, and be equipped with a manual raising and lowering mechanism. 10. ACCESSORIES 10.1 The autoclave shall be equipped the following standard accessories including but not limited to: One 316 SS rupture disk rated for 1,000 psig @ 300 oC located on the safety head; One 316 SS internal thermowell; One 0-1,000 psig pressure gage; One 316 SS dip tube approx. 10? long; Four Swagelok manual on/off valves; Hot Caps type insulation pads covering the reactors? exterior heater element. 11. PROCUREMENT, DELIVERY and DOCUMENTATION 11.1 The approximate dollar amount of this equipment acquisition is estimated to be about $65,000. 11.2 The governments? longest acceptable offerors? delivery requirement for these autoclaves is 10 ? 12 weeks ARO. 11.3 The contractor shall provide three (3) copies of all fabrication & assembly drawings, parts lists, and manuals for operation and maintenance of the systems and components. The provisions and clauses in the RFQ are those in effect through FAC 05-09. 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 333912 and 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 shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by noon on 06/15/2006 to Fax 216-433-2480 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/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. 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 Jean M. Boylan not later than June 7, 2006. 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. 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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=D&pin=22 . 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=22#120488)
- Record
- SN01060962-W 20060603/060601221349 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |