Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

43 -- N-61 LIQUID NITROGEN DEWAR VACUUM PUMP

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11406339Q
 
Response Due
9/16/2011
 
Archive Date
9/9/2012
 
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; 1)1(one)two stage water cooled rotary piston vacuum pump - same as or equal toHVC65 (65CFM) 3 year warranty and uptime program.2)1 (one) Exhaust Coalescing Filter Assembly - same as or equal to CF65 completewith a ball valve on the canister drain and a 0 to 15 PSIG gauge to monitor filterelement condition. 3)1 (one) Sealing Oil 5 gallon Pail of Hv100 (same as or equal to) hydrocarbonsealing fluid for rotary piston vacuum pumps.4)1 (one) Energized Anti-suck-bak Assembly consists of a right angle valve toinstantly close and seal the vacuum manifold if power should be shut off.5)1 (one) Automatic Inlet Vent - Includes open solenoid valve and filter assemblymounted to the pump inlet port.6)1(one) Water Miser Valve - able to reduce water consumption by up to 90% whilemaintaining pump temperature in the optimal range of 145 to 170 degrees F.7)1(one)Vacuum Control System including a variable frequency drive motorcontrol able to speed up or slow down to control vacuum level at any point between 10and 2000 microns. Includes 0-2000 micron gauge with linear output and a PLC interface. 8)1(one) Major Rebuild Kit contains; 3 drive belts, 1 solenoid valve rebuild kit,1 gas ballast check valve, 1 shaft seal kit, 1 O-ring set, 2 tubes of sealant, 2 exhaustvalve assemblies and 2 bearings.9)1(one) Minor Rebuild Kit contains; 3 drive belts, 1 solenoid valve rebuildkit, 1 gas ballast valve, 1 Viton shaft seal kit, 1 O-ring set, 1 tube of sealant and 1exhaust valve rebuild kit.Delivery will be required within 12 weeks after receipt of order. The provisions and clauses in the RFQ are those in effect through FAC _2005_-53 http://nais.nasa.gov/far/. 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 333911, 500 respectively. 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, CLEVELAND OHIO 44135-3191 is required within 12 WEEKS ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by FRIDAY SEPTEMBER 16TH 2011 toProcurement, De Viancourt MS 60/0 or Dorothy.E.Viancourt@nasa.gov 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 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: [INSERT CLAUSE NUMBERS THAT ARE APPLICABLE FROM PARAGRAPHS (b)AND (c), e.g., 52.222-26]. 52.219-28 Post-Award Small Business Program Rerepresentation. (APR 2009) 52.247-34 F.o.b. Destination. (NOV 1991) 1852.215-84 Ombudsman. (OCT 2003) 1852.223-72 Safety and Health (Short Form). (APR 2002) 1852.225-70 Export Licenses. (FEB 2000) 1852.237-73 Release of Sensitive Information. (JUN 2005) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 ofDivision C of Public Law 111-117, section 743 of Division D of Public Law 111-8, andsection 745 of Division D of Public Law 110-161)52.222-3, Convict Labor (JUN 2003) (E.O. 11755).52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O.13126).52.222-21, Prohibition of Segregated Facilities (FEB 1999).52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793).52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212).52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG2011). (E.O. 13513).52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d).52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations,and statutes administered by the Office of Foreign Assets Control of the Department ofthe Treasury).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 Wed Sept 14th 2011. 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 price,technicalmerit, past performance, evaluation of product line by end user to verify that theproduct being offered will meet specs and application. Other critical requirements thatmight shall also be considered complete information supplied with quote. It is criticalthat offerors provide adequate detail to allow evaluation of their offer. (SEE FAR52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), 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. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is KirkD. Seablom who can be reached via email at kirk.d.seablom@nasa.gov 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/NNC11406339Q/listing.html)
 
Record
SN02570165-W 20110911/110910000621-5b5073d8086852f147c4825d829f3e92 (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.