|
COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1998 PSA#2090NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 28 -- AIR TURBINE AND CONTROLLER SOL 3-100879 DUE 051998 POC Audrey R.
Gonzalez, Contracting Officer, Phone (216) 433-2131, Fax (216)
433-2480, Email Audrey.R.Gonzalez@lerc.nasa.gov WEB: Click here for the
latest information about this notice,
http://nais.nasa.gov/EPS/LeRC/date.html#3-100879. E-MAIL: Audrey R.
Gonzalez, Audrey.R.Gonzalez@lerc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). DESCRIPTION: 1. Qty.
1 EACH -- Air Turbine (Barbour Stockwell P/N: 2775 OR EQUAL) shall
include the following specifications: -Control system capable of
accelerating a 100-pound rotor to a maximum speed of 60,000 RPM and
decelerating the rotor in a short cycle time on the order of 10 minutes
for one complete cycle. -Bearing cooling system. Rotating shaft vacuum
feethru and seal system. -Acoustic muffler on the turbine discharge.
2. Qty. 1 EACH -- Air Turbine Control System (Barbour Stockwell P/N:
TC-RS OR EQUAL) shall include the following specifications:
-Controller. -- -Servo-throttle valve. -Solenoid valves with serial
interface for computer control. -All cabling between components.
-Capability to be interfaced to a PC for all operator interfaces; NO
keypad or displays are required. -An overspeed shutdown and input
circuitry to allow external test abort signals. -- -Programmable ramp
rates and speed settings along with cycle programming capability.
Additional Specifications: -Maximum air inlet pressure: 250 PSI. --
-Maximum air consumption 500 SCFM. -Shall include a speed transducer.
-AC auxiliary relays shall be provided for control of external devices
at selectable speeds. -Air turbine and controller shall be fully
documented with installation, operation, and maintenance drawings and
procedures. The provisions and clauses in the RFQ are those in effect
through FAC 97-04. This procurement is a total small business
set-aside. See Note 1. The SIC code and the small business size
standard for this procurement are 3511 and 1000, respectively. The
quoter shall state in their quotation their size status for this
procurement. All qualified responsible business sources may submit a
quotation which shall be considered by the agency. Delivery to NASA
Lewis Research Center is required within 90 days ARO. Delivery shall be
FOB Destination. The DPAS rating for this procurement is DO-C9.
Quotations for the itemss described above may be mailed or faxed to the
identified point of contact (or bid distribution office), by the
date/time specified and 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 authorized company representative. Quoters are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. If the end products quoted are other than domestic end
products as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference: 52.222-3 Convict Labor (E.O.
11755), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative
Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
52.222-36 Affirmative Action for Handicapped Workers (39 U.S.C. 793),
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam War (38 U.S.C. 4212), 52.225-18 European Union Sanction
for End Products (E.O. 12849), 52.225-19 European Union Sanction for
Services (E.O. 12849), 52.225-21 Buy American Act -- North American
Free Trade Agreement Implementation Act -- Balance of Payments Program
-- Alternate I, 52.233-3 Protest after Award (31 U.S.C. 3553),
52.247-64 Preference for Privately-Owned U.S. -- Flagged Commercial
Vessels (46 U.S.C. 1241) Quotations are due by close of business
Tuesday, May 19, 1998, to the address specified above and to the
attention of the Bid Depository. Award will be based upon overall best
value to the Government, with consideration given to the factors of
proposed technical merits, price and past performance; other critical
requirements (i.e., delivery) if so stated in the RFQ will also be
considered. Unless otherwise stated in the solicitation, for selection
purposes, technical, price and past performance are essentially equal
in importance. It is critical that offerors provide adequate detail to
allow evaluation of their offer (see FAR 52.212-1(b). Quoters must
provide copies of the provision at 52.212-3, Offeror Representation and
Certifications -- Commercial Items with their quote. See above for
where to obtain copies of the form via the Internet. An ombudsman has
been appointed -- See Internet Note "B". It is the quoter's
responsibility to monitor this site for the release of amendments (if
any). Potential quoters will be responsible for downloading their own
copy of this combination synopsis/solicitation and amendments (if any).
Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. (0124) Loren Data Corp. http://www.ld.com (SYN# 0180 19980507\28-0001.SOL)
28 - Engines, Turbines and Components Index Page
|
|