|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 C -- SERVICES OF SYSTEMS ENGINEERING FOR RESEARCH FACILITIES
INTEGRATED SYSTEMS DUE 092497 POC Linda P. Fitzgerald, Procurement
Analyst, Phone (757)-864-2461, Fax (757) 864-7898, Email
L.P.FITZGERALD@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://procurement.nasa.gov/EPS/LaRC/date.html#SS272. E-MAIL: Linda P.
Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. Firms are being sought to
furnish the necessary resources for the Services of Systems Engineering
for Research Facilities Integrated Systems (SERFIS) at NASA Langley
Research Center . An advance notice is published herein to provide
information on the supplies and services required. This procurement may
result in the awards of multiple performance based, indefinite
delivery, indefinite quantity type delivery order contracts. Each
contract will have a guaranteed minimum and specified maximum. In
accordance with the Federal Acquisition Streamlining Act, each awardee
will be afforded an opportunity to compete for delivery orders in
excess of $2,500 with exceptions. Contracts will have a total potential
period of performance, including options, of 5 years. The effort
requires resources necessary to provide complete systems engineering of
mechanical, fluid, and automation systems for research facilities
including design, development, fabrication, installation, integration,
testing, activation, and maintenance. All designs, material
selections, drawings, specifications, and other documentation produced
under this contract shall conform to nationally accepted codes and
standard practices. Mechanical research equipment and related systems
include precision mechanisms and mechanical drives; hydraulic,
pneumatic, and electric actuators; mechanical structures, including
machine frames (plane and three-dimensional trussed); static and
dynamic support structures for machinery; walled structures; vacuum and
pressure vessels; heat transfer devices; and integrated systems.
Completed components and systems will include model support, injection,
and positioning systems; wind tunnels and components (e.g. nozzles,
diffusers, screens, turning vanes, turbine blades, actuators, and test
cells); flow survey devices; structural test systems, and robotics.
Components will be subjected to a variety of environments including
cryogenic and elevated temperatures (-450 degrees F to 3500 degrees F)
which may require active heating or cooling subsystems. Additional
environments which require application of specialized knowledge include
high pressures (up to 8000 psig), oxygen and hydrogen rich
environments, specialty gases and fluids, high vibration and noise, and
a full range of aerodynamic flow conditions ranging from low-subsonic
to hypersonic speeds. Research fluid systems and equipment includes
specialized valving, piping, heat exchangers, dryers, separators,
compressors, filters, blowers, vacuum pumps, refrigeration systems,
instrumentation, and control systems. Components and systems will
handle hard vacuum to high pressures, cryogenic and elevated
temperatures, and specialty gases (e.g. oxygen, hydrogen, pyrophoric
gases, heavy gases, and corrosive and toxic gases and fluids. Completed
equipment and systems will include high-speed and low-speed wind
tunnels (closed circuit and blow down); plasma jets; thermal systems;
high vacuum systems; cryogenic systems; high and low pressure gas
systems; process heat exchangers and specialized cooling systems; heavy
gas reclamation systems; research support utilities, such as high
pressure steam; hydraulic and pneumatic systems; and associated control
systems. Research facility automation systems development includes
system requirements specification and analysis; facility simulation,
control strategy formulation and analysis; complete hardware/software
specification and design; software implementation; system installation;
hardware/software integration; system validation using facility
simulations; on-site systems integration and checkout; and activation
items including system tuning, acceptance testing, performance
analysis, and facility personnel training. Systems will provide
repeatable, precise, stable, multi-variable control of facility
parameters and automation of normal operator functions. Typical systems
involve operator workstations networked with embedded microcomputers
that evoke responses in field equipment directly or through
analog/digital controllers. These systems employ real-time operating
systems at the microcomputer level to ensure deterministic responses to
time-critical input events. In some cases, systems interface with
Programmable Logic Controllers (PLCs) which provide primary safety
functions or support automatic staging up and down of primary systems
(such as fan drives) and auxiliary systems. Firms having the
specialized capabilities necessary to meet or exceed the stated
requirements are invited to submit appropriate documentation,
literature, brochures, and references. Responses shall be limited to a
maximum of 5 pages, and should be submitted to NASA Langley Research
Center, Industry Assistance Office, Attn: Linda P. Fitzgerald, Mail
Stop 144, Hampton, VA 23681-0001, or by e-mail to
l.p.fitzgerald@larc.nasa.gov. Responses must include the following: (1)
name and address of firm, (b) size of business: average annual revenue
for past 3 years and number of employees, (c ) ownership: Large,
Small, Small Disadvantaged, 8(a), and/or Woman-Owned, (d) number of
years in business, (e) two points of contact: name, title, phone, fax,
and e-mail, (f) DUNS Number (if available), (g) affiliate information:
Parent company, joint venture partners, potential teaming partners,
prime contractor (if potential sub) or subcontractors (if potential
prime), (h) a list of customers covering the past 5 years: highlight
relevant work including a summary of work performed, contract number,
contract type, dollar value for each customer reference and customer
point of contact with phone number, and (i) interested parties should
provide their company status relative to ISO 9000 compliance and/or
third party registration. Technical questions should be directed to
Charles E. Niles at (757) 864-6979. Please advise if the requirement is
considered to be a commercial or commercial-type product. A commercial
item is defined in Note A . (INTERNET ONLY (Commercial product
definition). This synopsis is for information and planning purposes and
is not to be construed as a commitment by the Government nor will the
Government pay for any information solicited. Respondents will not be
notified of the results of the evaluation. Respondents deemed fully
qualified will be considered in any resulting solicitation for the
requirement. It is anticipated that a draft solicitation will be issued
to industry for comments. The Government reserves the right to consider
a small business set-aside or 8(a) set-aside based on responses hereto.
The SIC code for this procurement is 8711 with a small business size
standard of $2.5 million. Closing date for responses is 14 days from
the date of publication of this announcement. In responding reference
SS272. Any referenced numbered notes can be viewed at the following
URL: http://genesis.gsfc.nasa.gov/nnotes.htm (0253) Loren Data Corp. http://www.ld.com (SYN# 0024 19970915\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|