SOLICITATION NOTICE
66 -- CALORIMETER REFURBISHMENT
- Notice Date
- 8/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC10351353R
- Response Due
- 8/27/2010
- Archive Date
- 8/13/2011
- Point of Contact
- Glen M. Williams, Contracting Officer, Phone 216-433-2885, Fax 216-433-2480, Email Glen.M.Williams-1@nasa.gov
- E-Mail Address
-
Glen M. Williams
(Glen.M.Williams-1@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 for the item shown below. This procurement is beingconducted under the Simplified Acquisition Procedures (SAP). This announcementconstitutes the only solicitation; offers are being requested and a written solicitationwill not be issued. This procurement is set aside for small business. SPECIFICATIONS FOR CALORIMETER REFUBISHMENT (QTY: 1 JOB)Calorimeter operating conditions:1)-430 degree F to 100 degree F at 35 psia (MAWP)The Government shall furnish the following for the refurbishment effort:2)One calorimeter (secured to cart)3)One line guard (in crate along with items 4, 5, 8, and 9)4)Four dip tubes (in crate)5)One calorimeter fabrication drawing (CR621722)6)One calorimeter cart (including crank handle and adapter flange) for horizontalhandling7)One calorimeter stand for vertical handling8)Conoseal gaskets (three 1, twenty-one 2)9)Conoseal clamps (one 1, seven 2, one 3)The estimated value of the above Government furnished items is $200,000. Any parts notused in the refurbishment effort shall be returned to NASA GRC at the same time therefurbished calorimeter is delivered. Prevailing Conditions of the calorimeter:10)The calorimeter has been stored in an unprotected state in a warehouse-likeenvironment for a number of years without any caps on the 4 ports11)One of the 2 calorimeter bellows has been broken off 12)The line guard has been stored in a crate in the same warehouse-like environmentfor a number of years13)The line guard has two significant dents that are thought not to affectperformance or capability (no repair is anticipated to be needed) The contractor shall:General:14)Arrange the safe (ie damage-free) transportation of the Government furnisheditems from, and back to, the NASA Glenn Research Center in Cleveland, OH.15)Perform the specified work in accordance with the latest ASME Boiler and PressureVessel Code (B&PVC) Section VIII Div 1 and NBIC NB-23 (but not Code stamping the vessels)16)Welds shall be performed, inspected, and accepted in accordance with the latestASME B&PVC Section VIII Div 1 and NBIC NB-23. All inspection results shall be providedto the government with delivery of the refurbished calorimeter.17)Utilize 304 stainless steel, passivated per SAE/AMS QQ-P-35C, where newparts/materials are required (unless specified otherwise).18)Fabricate any required Conoseal flanges19)Fabricate the following additional (loose) Conoseal flanges:a.3 ea 2 female (p/n 50888-300S)b.2 ea 2 male (p/n 50889-200S)c.1 ea 3 male (p/n 50889-100S)20)Fabricate the following Conoseal gaskets:a.15 ea 3 using 6061 aluminum (p/n 50887-300A)21)Supply the following documentation/data with delivery of the calorimeter(although this hardware will not be code-stamped):a.Applicable manufacturers data reports (R-1 form filled out but not signed byASME Inspector)b.Design calculations and specificationsc.Mill test reports & impact test resultsd.Inspection and NDE reportse.Hydrostatic pressure test reportsf.Helium leak check test reportsg.Welding Procedure Specification (WPS), Procedure Qualification Record (PQR), andWelder Performance Qualification (WPQ)h.All information required for the Government to produce as-built drawings.Preliminary work:22)Perform and document a baseline Helium leak check for each of the calorimeter andline guard volumes (four on the calorimeter and three on the line guard), at 35 psia, perASTM E 499, upon delivery from the government.a.Immediately submit results to the Government.Line Guard:23)Remove existing lifting eye and add female VCR port to the top center of theline guard. a.Make it such that the VCR connection is stood off of the top of the line guard asufficient distance such that it will not make joining it, or joining the adjacentConoseal connections, difficult or require special tools and/or hardware.24)Weld on three each -20 coupling nuts on the top around the perimeter.Calorimeter:25)Reposition the welded on tabs on the upper guard tank such that there is a 60inch spacing (inside dimension) between them and the similar tabs on the lower guardtank.26)Remove all existing finishes from the calorimeter and provide, to the best degreepossible, a uniform, bright, gouge-free, surface over the entire visible calorimetersurface.27)Replace all 4 bellows at the top of the calorimeter with new, physically andfunctionally equivalent bellows.a.Prior to obtaining the bellows, the Contractor shall provide the Government withall pertinent technical information regarding the proposed bellows design (eg drawings,catalog cuts, web addresses, manufacturer specifications, performance data), which willallow the Government to assess the designs equivalence to the existing bellows design,and get approval from the Government to obtain them. The Government will respond within2 business days of receipt of the proposed bellows design with the approval decision. 28)Fabricate the rings shown at either end of the calorimetera.They shall be made from 3/8 thick fiberglass, or Government-approved, rigid, lowconductivity alternative material proposed by the contractor.b.Both shall have a 30.25 IDc.The ring at the bottom of the calorimeter shall have a 46 ODd.The ring at the top of the calorimeter shall have a 56 OD e.Both rings shall have suitably sized and located through-holes that match theirrespective calorimeter tabs.Prior to delivery back to the Government:29)Precision clean all wetted surfaces in the calorimeter, line guard, and diptubes, in accordance with ISO 14952-6, or Government approved equivalent.a.Seal all ports to prevent subsequent contamination.30)Individually hydrotest each of the four calorimeter and three line guard volumes,prior leak checking, in accordance with the latest ASME B&PVC Section VIII Div 1.31)Cold shock the calorimeter/line guard, dip tube assembly to -320F provided it canbe accomplished in a volume completely free of moisture (to prevent ice damage tocalorimeter).a.Perform such a test prior the final leak check(Note this Cold shock specification is a Best Value Criteria. Offerors that state intheir offer that they can not perform the cold shock will not be required to do so. Offerors that can perform the cold shock may be considered to be offering a better valueoffer and could be selected over a lower priced offer that does not perform the coldshock.See Selection section below.)32)Perform and document a final Helium leak check for each of the calorimeter andline guard volumes (four on the calorimeter and three on the line guard), at 35 psia, perASTM E 499, prior to delivery back to the government.a.An individual volume check shall be considered a success when the leak rate doesnot exceed 1 x 10-9 (superscript -9) standard cubic centimeters per second on a massspectrometer having a resolution at least a factor of 10 greater.The Government will:33)Produce the as-built drawings of the refurbished calorimeter using theinformation provided by the contractor during their refurbishment.SHIPMENT OF CALORIMETER TO THE CONTRACTORThe Contractor shall make all arrangements to ship the calorimeter from NASA GlennResearch Center (GRC), Bld. 401, Cleveland, Ohio 44135, to their facility for therefurbishment.They shall initially contact Bryan Fraser, (216) 433-8733 in order toobtain further contact information and/or procedures from NASA GRC Shipping, Security,and other offices necessary to enter GRC with a vehicle(s) of sufficient capacity to shipthe calorimeter.The calorimeter and cartons of parts are of the following approximate size and weight:1. crated line guard: 30'w x 30'l x 30'h; 120# 2. crated dip tubes: 33'w x 114'l x 16'h; 150# 3. uncrated (can be secured and tarped) calorimeter on horizontal stand: 36'w x 108'l x60'h; 500#4.uncrated (can be tarped) vertical stand: 48'w x 48'l x 60'h; 60#DELIVERY SCHEDULE AND FOB POINTThe Contractor shall deliver the refurbished calorimeter within 90 days from the date ofcontract award to the NASA Glenn Research Center, 21000 Brookpark Road, Building 21Receiving, Cleveland, Ohio 44135. Delivery shall be FOB Destination, NASA GlennResearch Center (GRC). NASA will provide the crane or other methodology and otherservices necessary to unload the vessel from the truck. FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Feb 2007) is applicable. Drawings and Data Required Prior to Fabrication Approval(a) Within 30 days from the date of award of contract, the Contractor shall submitinformation concerning the bellows and other fabrication items requiring approval of theGovernment. This information shall be furnished via email or other electronic format.(b) Should any of the information covered by paragraph (a) above be revised by theContractor subsequent to submittal a revised document(s) shall be promptly submitted withrevisions clearly identified and fabrication shall not commence until approval isreceived from the Government.(c) All Contractor submittals addressed to: NASA Glenn Research Center Attention: Bryan Fraser M/S:86-1221000 Brookpark Rd. Cleveland, OH 44135Email:Bfraser@NASA.gov One copy of the information provided shall be emailed to the Contracting Officer: Glen.M.Williams-1@NASA.gov(d) Within 2 business days after receipt of the aforementioned drawings and/or data theGovernment will either issue an Approval to Proceed with Fabricationor a Disapprovalto Fabricate, or Approval to Proceed with Fabrication as Noted Herein notification. Inthe event the Government requires additional time in excess of the 2 business daysspecified in this paragraph, the contract delivery date shall be extended a correspondingnumber of days.(e) A Disapproval to Fabricate notification will require the Contractor to makecorrections as directed by NASA and resubmittal of the information to the Governmentwithin (5) business days after receipt of said notification by the Contractor.(f) Approval to Proceed with Fabrication or Approval to Proceed with Fabrication asNoted Herein, pursuant to this Clause, shall not be construed as complete approval, butwill indicate only that the general method of safety, construction and/ or fabricationand detailing is satisfactory.Fabrication approval will not relieve the Contractor ofthe responsibility for any error which may exist nor supersede the specificationrequirements. In the event that drawings or data submitted to the Government reflectinformation which is not in full conformance with the contract specifications, theContractor shall notify the Government of that fact upon submission of the drawings ordata and not begin fabrication in accordance with those drawings or data until theContracting Officer issues a change to the contract specifications in accordance with FAR52.212-4.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items, (June 2007) is applicable. As prescribed in 12.301(b)(4),insert the following clauses: Paragraph a)52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) Paragraph (b) 52.219-6, Notice of Total Small Business Set-Aside (June 2003)52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (June 2007) 52.223-3, Convict Labor (June 2003)52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006)52.222.21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 2.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era,and Other Eligible Veterans (Dec 2001)52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era,and Other Eligible Veterans (Dec 2001)52.222-50, Combating Trafficking in Persons (Feb2009)52.225-1, Buy American ActSupplies (June 2003) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment byElectronic Funds TransferOther than Central Contractor Registration (May 1999) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)Other clauses that apply: 52.227-14, Rights in DataGeneral (Dec 2007)(The Government shall have unlimited rights to all data furnished by the Contractor)1852.223-72 Safety and Health (Short Form) (APRIL 2002) 1852.215-84 Ombudsman (OCTOBER 2003)The FAR and NFS may be obtained via the Internet at URL: http://www.arnet.gov/far/ http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm SOLICITATION INSTRUCTIONSCautions to OfferorsNote for those proposing advance payments: FAR limits advance payments for commercialitems to not greater than 15 percent of the total price for the item. If your normalbusiness practice requires payment in advance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Also note the terms and conditions of clause 52.212-4. If your standardterms and conditions take exceptions to these, either line out such language or clearlystate what terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government isself insured and does not pay extraordinary insurance other than that already included innormal shipping practices.Standard NotificationsThe provisions and clauses in the RFQ are those in effect through FAC 05-40.The NAIC code is 332420 and the small business size standard for this procurement is 500employees. All qualified responsible business sources may submit a quotation which shallbe considered by the agency.DPAS rating for this procurement is DO-C9. Offerors shall be registered and their registration current in the Central ContractorRegistration (CCR) database before an award is made to them. The web site to registeris: https://www.bpn.gov/ccr/Your offer may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. Your offer shouldinclude: FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), Cage Code, DUNS identification number,Representations and Certifications, identification of any special commercial terms,description of items offered per 52.212-1 (and as modified), and the offer shall besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form attached tothis solicitation (Ensure that the track changes feature is turned off when wordprocessing this form).Fill in Block 17a including CAGE and DUNS codes. Faxed offersare NOT acceptable. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the Offerors shall so state and shalllist the country of origin.Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certificationselectronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCAdatabase information, the offeror verifies by submission of this offer that therepresentations and certifications currently posted electronically at FAR 52.212-3,Offeror Representations and CertificationsCommercial Items, have been entered or updatedin the last 12 months, are current, accurate, complete, and applicable to thissolicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offerorto identify the applicable paragraphs at (b) through (j) of this provision that theofferor has completed for the purposes of this solicitation only, if any. Therepresentations and certifications will be incorporated by reference in any resultantcontract. See the (BPN ORCA) Business Partner Network (BPN) Online Representations andCertifications Application (ORCA) website at http://orca.bpn.gov.Special InstructionsSite ShowingA site inspection visit is scheduled for 1:00 pm (Local Time) on August 20, 2010. Participants will meet at the NASA Glenn Security office at 1 pm that date and beescorted to Bld. 401 to view the calorimeter and ask questions concerning therefurbishment.NASA Glenn Research Center is located at21000 Brookpark Raod, Cleveland,Ohio 44135 and is located just west of the Cleveland Hopkins Airport.All interested offerors are urged and expected to inspect the calorimeter and to satisfythemselves regarding all general and local conditions that may affect the cost ofcontract performance, to the extent that the information is reasonably obtainable. In noevent shall failure to inspect the calorimeter constitute grounds for a claim aftercontract award.The calorimeter site will NOT BE OPEN FOR INSPECTION AT ANY OTHER TIME, unless authorizedby amendment to this solicitation. All interested offerors are required to sign - in at the NASA GRC main gate at least 20minutes prior to the site showing. All offerors are required to have a VALID Ohio StateIdentification with picture or two forms of identification, one of which shall be apicture identification, in order to sign in at the NASA GRC Main Gate. Companyrepresentation shall be limited to a maximum of two (2) people. Companyrepresentatives shall be U.S. Citizens. Companies are required to e-mail the names of the persons that will be attending the siteshowing to glen.m.williams-1@nasa.gov or bfraser@nasa.gov by August 18, 2010.Information required in OfferorOfferors shall provide the information required by FAR 52.212-1, Instructions toOfferorsCommercial Items. FAR 52.212-1 (b)(4) is hereby amended as follows: Offerors are to provide the followinginformation with their offer: 1) Statement that they are currently an ASME Code Facilityor copy of their certification and the date of their last ASME audit, 2) describe the methodology they will use to refurbish the calorimeter, 3) state whetheror not they can perform specification #31 cold shock and for those that can, break outthe price for doing so separately, and 4) a description of the Offerors capabilities,experience, fabrication methods and tooling along with a brief list of recent (within thelast 3 years) contracts where they have performed similar types of refurbishments and onwhat types of items. For each contract, provide the companys name, a point of contactand telephone number. In addition to their offer, Offerors may cite their web site if it provides furtherinformation about their facility and production capabilities. Web sites that are notviewable by NASA for any reason up to 5 business days after the offer due date will nolonger be considered as part of the offer and may prevent selection of the offer. DUE DATE OF OFFERSOffers for the items(s) described above are due by August 27, 2010, 4:30p.m. GRC localtime and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, Attn: Glen M.Williams, MS 60-1, Cleveland, OH 44135, and include on the envelope the solicitationnumber. FAX or email offers will NOT be accepted.SELECTIONEvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a BEST VALUE basis. Best value selection means that the offermust be Technically Acceptable and that there could be a Trade-Off between Price and BestValue.Selection and award will be made to that offeror whose offer will be the mostadvantageous to the Government, with consideration given to the factors of technicalfabrication capability in order meet the specifications, price, past performance and bestvalue requirements. All offeror shall be current ASME Code shop certified. Offerorsthat are ASME code shop certified will then be evaluated to determine if any of thefollowing best value criteria they have addressed in their proposal provides a bettervalue to the Government for a reasonable increase in price over that of the lowest priceofferor. Best Value Factor: 1) Ability to perform Specification 31 Cold Shock. (b) The firm selected for award shall be required to be a current ASME code shop, have atechnically acceptable offer and have acceptable past performance. Technicalacceptability will be determined by a review of the information submitted by the offerorproviding a description in sufficient detail to show that the product offered meets theGovernment's requirement (see specifications above and 52.212-1(b)(4) amendment in thespecial instructions above). It is critical that offerors provide adequate detail toallow evaluation of their offer. Technically acceptable offers with acceptable pastperformance will then be evaluated against the Best Value Criteria listed in paragraph(a) to determine if they provide a better value to the Government for a reasonable higherprice over that of the low priced acceptable offer. Technical, past performance and bestvalue, when combined, are approximately equally important as price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. (End of provision) Questions regarding this acquisition must be submitted in writing no later than 2 daysafter the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note 'B'. It is the offeror's responsibility to monitor the following Internet site for the releaseof 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 combinationsynopsis/solicitation and amendments (if any). Referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10351353R/listing.html)
- Record
- SN02241095-W 20100815/100814000724-dab6dfff6ac8e7c7dd6050d2f00cb8cb (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 |