Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

63 -- GAS DETECTION SYSTEM

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09311490Q
 
Response Due
9/10/2009
 
Archive Date
9/4/2010
 
Point of Contact
Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
 
E-Mail Address
Nancy M. Shumaker
(Nancy.M.Shumaker@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for a Gas Detection Systemin accordance with the following:Specifications for toxic gas monitoring for the silicon carbide crystal growth facility.I. General Scope and Description NASA Glenn Research Center has a requirement to purchase a toxic gas monitoring systemfor the silicon carbide (SiC) crystal growth facility. The facility consists of twochemical vapor deposition systems physically located in different rooms and six fullyautomatic gas cabinets which are housed in an external building. The generalclassifications of the gasses being monitored are hydrides and mineral acids. Thespecific gases to be monitored in the hydride group include phosphine, Diborane and,silane. The mineral acid gas to be monitored is hydrochloric acid (HCl). Hydrogen,propane and nitrogen are used in conjunction with the previously mentioned gasses in theproduction of SiC crystals. However, hydrogen propane and nitrogen do not require toxicgas monitoring but are monitored through different systems. Any release of toxic gas either intentionally or accidentally must generate verifiablephysical evidence of the release. The monitoring system shall run unattended with aminimum amount of user maintenance. Hardware Specifications1. The system shall capable of operating from a standard 120 VAC 60Hz outlet.2. The system shall not occupy more than nine square feet of floor space with all coversand doors closed. 3. The system shall not exceed eight feet in height.4. The system shall have dual sampling pumps and central processing units (CPUs) forreliability.5. The system shall use a physical medium that produces verifiable physical evidence of atoxic release. 6. The physical medium shall be calibrated to ensure detection limits are accurate.7. The physical medium shall last for at least ninety days.8. The physical medium shall be automatically recognized by the system as being of thecorrect type for the configuration in use (i.e., RFID). Detection Specifications1. The toxic gas monitoring system shall be capable of continuously monitoring a total oftwenty four individual sampling points2. The toxic gas monitoring system shall be capable of continuously monitoring at leasttwelve of the twenty four sample points for hydride gases ( phosphine, Diborane, silane) 3. The toxic gas monitoring system shall be capable of continuously monitoring at leastfour of the twenty four points for the mineral acid hydrochloric acid (HCl). 4. Any unused monitoring points shall be available for future detection requirements.5. For the hydride gases the system must be able to detect concentrations of phosphinedown to 5 ppb.6. For the hydride gases the system must be able to detect concentrations of Diboranedown to 10 ppb.7. For the hydride gases the system must be able to detect concentrations of silane downto 0.3 ppm.8. For the mineral acid gas the system must be able to detect concentrations of HCl downto 0.5 ppm.9. Time period for initial detection for phosphine shall not exceed 15 seconds for athreshold limit value (TLV) of 300ppb.10. Time period for initial detection for Diborane shall not exceed 30 seconds for a TLVof 100 ppb.11. Time period for initial detection silane shall not exceed 45 seconds for a TLV of 5ppb.12. Time period for initial detection for HCl shall not exceed 30 seconds for a TLV of 2ppm.13. The sampling point shall be capable of being located up to 400 ft from the monitoringsystem.14. The transport time (time it takes for a toxic to be transported from the samplingpoint to the monitoring system) shall not exceed 22 seconds for a 100 foot long samplingline.15. For the hydride gases the system must be able to detect concentrations of phosphinedown to 5 ppb. Control Specifications1. The system shall use touch screen controls and/or keyboard for local programming andcontrol.2. The system shall be capable of being accessed and controlled from a remote workstation.3. Remote access and control shall be via Ethernet and internet connected personnelcomputers (PC).4. Local and remote access and control must be password protected.5. Remotely connected PCs may need proprietary control software installed in order toenable remote access.6. In the event that control software is required, the control software must be providedwith a full floating license allowing the software to be installed on as many PCs asrequired to ensure that remote access is always available. 7. The toxic gas monitoring system shall be equipped with a camera or cameras to enableto viewing of the physical medium for toxic release via the remote PC.8. Images captured on cameras shall be able to be digitally recorded for future recall.9. Configuration data shall be retrievable and changeable without interruption ofmonitoring.10. Historical data (alarms, malfunctions, configuration, etc.) shall be accessible andarchivable without interruption of monitoring.Interface Specifications The system shall be capable of being interfaced with existing equipment andinfrastructure by:1. Being equipped with at least 32 user programmable relay contacts.2. Each dry contact output shall be individually isolated3. Each dry contact shall be available to the end user.Request for Descriptive LiteratureTo assist technical evaluation of bids, all bids shall include descriptive literaturedescribing the general configuration and capabilities of their proposed system.Descriptive literature shall include photograph of proposed system as well as listing ortable of toxic gas detection thresholds and detection times. Bids submitted without thisdescriptive literature may be rejected as non-responsive.The provisions and clauses in the RFQ are those in effect through FAC 2005-36.The NAICS Code and the small business size standard for this procurement are 334513/500respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery shall be FOB Destination.Offers for the items described above are due by COB 9/10/09 to NASA/Glenn ResearchCenter, 21000 Brookpark Road, Attn: Nancy Shumaker, MS: 500-306 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 authorizedcompany representative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end products offered is other than domestic end products as defined in the clauseentitled "Buy American Act -- Supplies," the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5(JUNE 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28, Post Award Small Business Program Rerepresentation(JUNE 2007)(15 U.S.C. 632(a)(2); 52.222-3, Convict Labor (JUN 2003)(E.O. 11755);52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2006)(E.O. 13126);52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity(MAR 2007)(E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (JUN1998)(29 U.S.C. 793); 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006);52.232-34, Payment by Electronic Funds Transfer-Other than Central ContractorRegistration (MAY 1999)(31 U.S.C. 3332)The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 NancyShumaker not later than 9/9/09. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other requirements such as Delivery, Maintenance, etc shallalso be considered. It is critical that offerors provide adequate detail to allowevaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09311490Q/listing.html)
 
Record
SN01942456-W 20090906/090905002117-15093c6353818e80045c30eff1ad1295 (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 |
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.