SOLICITATION NOTICE
68 -- REPROCESSING XENON
- Notice Date
- 12/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11365622Qa
- Response Due
- 12/17/2010
- Archive Date
- 12/2/2011
- Point of Contact
- Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Dorothy E Viancourt
(Dorothy.E.Viancourt@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. 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 XENON REPROCESSED;Specifications /Statement of Work:The project wants to process recaptured xenon (also containing primarily oxygen,nitrogen, and trace amount of other air constituents) in order to obtain ultra highpurity, propulsion grade xenon. The easiest mechanism is anticipated to be for the vendorto accept the 22 bottles, consolidate and empty all contents into their refining process,credit NASA for the recovered xenon based upon their own gas analysis, and provide anequivalent amount of propulsion grade xenon to NASA at a reduced rate. NASA will provide22 bottles (owned by various vendors) to the supplier containing an estimated 25,099liters of xenon. The reprocessed 99.999+% xenon is to be shipped in gas cylinders with aminimum of 2 years remaining for their certification so that they can be consumed andthen refilled with captured xenon by NASA. The vendor should keep any bottles out of the22 that are theirs and do not meet the minimum 2 year remaining certification window. Theremainder of the 22 bottles are to be shipped back to NASA for disposition.NASA requires refining of ~25,000 liters into ion propulsion grade (also called grade EWor research grade 5.0) 99.999+% xenon to be delivered in steel compressed cylinders (oneof the 2 types listed below) that are rated for >2000 psig internal pressure and meetor exceed DOT CFR 49 regulations with a type CGA 580 valve fitting. The cylinders musthave at least 2 years remaining prior to the required cylinder retest date. The cylinderswill be rented with a daily rental charge included in the bid. The measured xenon purityshall be greater than or equal to 99.999% and meet the requirements for impurities listedbelow by measuring the impurities in each individual bottle.Bottle Requirements:Steel Cylinder Size 2 (or K bottle) and 3Size [Diameter X Height] (inches) Does not include cylinder valve.(size 2) 9 X 51 (size 3) 7 X 32Nominal Tare Weight (lbs.)(size 2) 115(size 3) 47Approximate Internal Volume @ 21C, 1 atm (L) (size 2) 44 (size 3) 16Pressure Rating (psig) (size 2) 2265 (size 3) 2015Impurity Leve Requirements: Xenon purity >= 99.999%O2 <= 0.1 ppmH2O <= 0.1 ppmCO <= 0.5 ppmCO2 <= 0.5 ppmCF4 <= 0.1 ppmTHC <= 0.1 ppmN2 <= 1 ppmH2 <= 2 ppmKr <= 5 ppmAr <= 1 ppmRemaining balance Xenon [total impurities <= 10.4 ppm]A certificate of analysis is required for each cylinder to verify purity requirements.Lot impurities or measured impurities prior to any xenon transfer are not valid. Individual bottle certificates after xenon transfer is completed are required. Impurities for all constituents listed above shall be measured and shall be less than themaximum acceptable levels identified. The impurity measurement accuracy shall be equivalent to or better than that identifiedbelow.Impurity Measurement Accuracy Requirements:O2 <= 0.1 ppmH2O <= 0.05 ppmCO <= 0.1 ppmCO2 <= 0.1 ppmCF4 <= 0.1 ppmTHC <= 0.1 ppmN2 <= 0.1 ppmH2 <= 0.5 ppmKr <= 0.1 ppmAr <= 0.1 ppmEach delivered xenon bottle shall be analyzed for the impurities listed above. The measured impurities values, along with analysis technique, minimum detectionthreshold, and accuracy for each impurity will be provided with each bottle according tothe requirements in section 3.10 above. The quantity of xenon ordered shall be the quantity after bottle analysis is completed.Any bottle that fails to comply with the above requirements for measured impurity levelsshall be rejected. Any bottle that does not have an accompanying certificate of measured impurity levels forthat bottle shall be rejected. Any xenon bottle that does not comply with the minimum detection level and accuracy forimpurity measurement as stated shall be rejected. Any gas cylinder with less than 2 years remaining prior to recertification date will berejected.The government has the right to inspect any or all of the work included in this order atthe suppliers plant. A liter will be defined at standard temperature and pressure conditions of 32F and 29.92inches of mercury (Hg).The provisions and clauses in the RFQ are those in effect through FAC 2005-45http://nais.nasa.gov/far/ ]. This procurement is a total small business set-aside. See Note 1The NAICS Code and the small business size standard for this procurement are 325120 /1000respectively. 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 to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, CHEMCIAL RECEIVING BLDG215, CLEVELAND OHIO 44135-3191.Offers for the items(s) described above are due by December 17, 2010 to and mustinclude, 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 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable. 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 DeVIANCOURT not later than DECEMBER 6TH 2010. 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 critical requirements: ALL REQUIREMENTS LISTED IN THEDESCRIPTION will be considered. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract. 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 will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (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/NNC11365622Qa/listing.html)
- Record
- SN02337574-W 20101204/101202234436-96116c76506b5946bca3e3ce8fa9dece (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 |