Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2009 FBO #2903
SOLICITATION NOTICE

66 -- A-3 LARGE TEST STAND FLOWMETERS

Notice Date
11/3/2009
 
Notice Type
Presolicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA Office of Procurement, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS0312633R
 
Response Due
11/10/2009
 
Archive Date
11/3/2010
 
Point of Contact
Gregory Fletcher, Contract Specialist, Phone 228-688-2223, Fax 228-688-1141, Email gregory.fletcher@ssc.nasa.gov - Carol L West, Contract Specialist, Phone 228-688-3529, Fax 228-688-6024, Email carol.l.west@nasa.gov
 
E-Mail Address
Gregory Fletcher
(gregory.fletcher@ssc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/SSC plans to issue a Request for Proposal (RFP) for the following Commercialitems: Three (3) each, Twelve Inch (12") Liquid Oxygen Turbine Flowmeter, and three (3)each, Twelve Inch (12") Liquid Hydrogen Turbine Flowmeter. This requirement consists ofthe design, fabrication, inspection, testing, and delivery of the required items toNASA/John C. Stennis Space Center, near Bay Saint Louis in south Mississippi. The OxygenFlowmeter shall have a minimum pressure of 27 psig to a maximum of 275 psig; a minimumtemperature range from 162 degrees to a maximum of 170 degrees; minimum density of 70 toa maximum of 71.25; the minimum gallon per minute flow rate shall be 450 gpm to a maximumof 4500 gpm. The Hydrogen Flowmeter shall have a minimum pressure of 15 psig to amaximum 275 psig; minimum temperature of 36 degrees to a maximum of 42 degrees; densityof 4.2 minimum to a maximum of 4.42; and a flow rate minimum of 1300 gpm to a maximum of13,000 gpm. The flowmeter shall withstand burst of liquid flow rate of 150% of Qmax forten (10)seconds with no change in structural integrity, calibration, or flowmeterperformance. The flowmeter shall withstand gas flow up to 30% Qmax for ten (10) minuteswithout damage to the bearings, and no change in calibration or flowmeter performance. The flowmeter shall withstand sudden chill from ambient to the operating temperaturecorresponding to complete quench in the service liquid, with no change in structuralintegrity, calibration or performance.The flowmeter will be installed in 12 inch,Schedule 5 pipe and shall attach to the piping system by ANSI 150 pound raised-faceflanges. Lifting lugs or other suitable means of lifting the flowmenter shall beprovided. All materials shall be new and shall conform to the latest applicablespecifications and standards. The specifiction will be included in the solicitation as ahardcopy or a compact disk (CD).The evluation factors for this procurement includes: Schedule (20%), Past Performance(40%), and Technical Compliance and Experience (40%). The Government reserves theexclusive right to award to other than the low offeror on this "best value" procurement. Delivery of all items shall be within nine (9) months after contract award.The Government intents to acquire a commercial item using FAR Part 12 and FAR Part 13. All prospective firms may submit a proposal which shall be considered by the agency. Interested firms shall submit their intent to submit a proposal to the attention ofGregory Fletcher, Contract Specialist, NASA/Office of Procurement, Code DA10, John C.Stennis Space Center, Stennis Space Center, MS39529-6000, via email:gregory.fletcher-1@nasa.gov or facsimile: (228) 688-1141. Telephonic nor oralsubmissions/requests will not be accepted in response to this notice.The DPAS Rating for this procurement is DO-C9.The FOB point shall be Destination.The NAICS Code and Size Standard are 334513 and 500, respectively. The anticipated release date of RFP NNS0312633R is on or about November 13, 2009 with aproposal due date of November 27, 2009.All contractual and technical questions must be submitted in writing (e-mail or FAX) tothe above point of contact not later than November 20, 2009. Telephone questions willnot be accepted.An ombudsman has been appointed. See NASA Specific Note "B".The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World-Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/SSCBusiness Opportunities page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64 Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). Any referencednotes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS0312633R/listing.html)
 
Record
SN01997186-W 20091105/091103235137-ac3f36a6667776e28fd95bfbbe4c45eb (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.