Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1998 PSA#2179

NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135

66 -- ENVIRONMENTAL CHAMBER SOL 3-107959 DUE 092598 POC Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756, Fax (216) 433-5489, Email Marilyn.D.Stolz@lerc.nasa.gov -- Paul A. Karla, Supervisory Contract Specialist, Phone (216) 433-2824, Fax (216) 433-2480, Email Paul.A.Karla@lerc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LeRC/date.html#3-107959. E-MAIL: Marilyn D. Stolz, Marilyn.D.Stolz@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). ENVIRONMENTAL CHAMBER (SEE ATTACHED SPECIFICATIONS) 1.) 1 EACH -- UNILAB (1800/780) INERT GAS LABORATORY WORKSTATION, ANTECHAMBER ON RIGHT SIDE, 115V OPERATION, INCLUDING ALL STANDARD ITEMS AND INCLUDING CUSTOM OPTIONS AND ACCESSORIES. BRAUN MODEL NO. UNILAB 1800/780 OR EQUAL. 2.) 1 EACH -- COMPLETE EXTERNAL SOLVENT REMOVAL SYSTEM INTEGRATED WITH THE PURIFICATION TRAIN AND LOGIC CONTROL SYSTEM. BRAUN MODEL NO. SOLT-01 OR EQUAL. 3.) 1 EACH -- MOISTURE ANALYZER SYSTEM INCLUDING PROBE AND MEASUREMENT ELECTRONICS INTEGRATED WITH THE SIEMENS PROGRAMMABLE LOGIC CONTROLLER. BRAUN MODEL NO. AN-03 OR EQUAL. 4.) 1 EACH -- 4-INCH MINI ANTECHAMBER FOR THE UNILAB MOUNTED ON THE RIGHT SIDE. BRAUN MODEL NO. AC-06 OR EQUAL. 5.) 1 EACH -- EDWARDS RV12 VACUUM PUMP, 115V OPERATION, PLUMBED AND DEDICATED FOR MAIN ANTECHAMER OPERATION. BRAUN MODEL NO. VP-11 OR EQUAL. 6.) 1 EACH -- INTERNAL GLOVE PORT COVER. BRAUN MODEL NO. GP-03 OR EQUAL. 7.) 1 EACH -- ONE SPARE SET (LEFT AND RIGHT HAND PAIR) OF BUTYL RUBBER GLOVES. BRAUN OR EQUAL 8.) 1 EACH -- INSTALLATION AND CHECKOUT OF COMPLETE SYSTEM AT AN AGREED UPON DATE FOLLOWING DELIVERY BY THE VENDOR'S TECHNICIAN. INCLUDES INSTALLATION FEE PLUS TRAVEL AND LIVING EXPENSES (2-DAY MAXIMUM). ENVIRONMENTAL CHAMBER GENERAL SPECIFICATIONS / REQUIREMENTS The ENVIRONMENTAL CHAMBER described in the following specifications shall be a self-contained laboratory glove box workstation with four glove ports and shall be capable of maintaining an inert argon atmosphere environment with an attainable purity level of < 1 ppm for both water vapor and oxygen by means of a stand alone, regenerable gas purification system. An organic solvent removal system shall also be integrated into the system. The entire system control shall be fully-automated with all functions and conditions monitored and controlled by an integrated, industrial-quality programmable logic controller (PLC). Electrical power for the workstation shall be 115 V / 60 Hz. Safety features shall include the inability of the PLC from losing a program in the event of a power failure, and an automatic restart will be effected in the event of such a failure to restore operation to the last known function. Design, Construction and Materials The workstation design shall be of modular construction with respect to the glove box and main antechamber. The glove box and the antechamber shall both be of stainless steel construction. The glove box shall contain four glove ports with butyl rubber gloves and shall be 1800 mm in length and 780 mm in depth. The main antechamber shall be mounted on the right side and shall be 600 mmin length and circular with a 390 mm diameter. A separate 4 inch "mini" antechamber shall also be mounted on the right side of the glove box. The overall height of the workstation shall be approximately 1900 mm. An integrated stand shall be included for the workstation. An external charcoal-based solvent removal system shall be integrated with the purification train and logic control system. A separate vacuum pump shall be plumbed an dedicated for main antechamber operation. Seals (e.g., gaskets, O-rings, etc.) used throughout the system shall be of Viton and/or silicone, as opposed to neoprene. Vacuum-quality, Viton O-ring sealed valves shall be used in all plumbing applications. System Controller Specifications An industrial-quality Programmable Logic Controller (PLC) shall be integrated in the system for the monitor and control all functions and conditions from circulation and pressure to regeneration, safety settings and customer-specific optional features, which may be added to the workstation in the future. The controller shall have a one-piece keypad with specific function keys and LCD display. The controller shall be expandable, user-friendly and shall have a history of reliable operation. The PLC shall embody a back-up EPROM data storage unit which eliminates program damage or erasure, e.g., from power failures. In the event of a power failure, the system shall automatically return to the last operation when power is restored. A moisture analyzer system including probe and measurement electronics shall also be integrated with the PLC. Gas Purification Specifications A free-standing, single column inert gas purifier, shall be integrated in the system. Automatic high-vacuum bellows valves shall be employed and integrated with the PLC. All solenoid valves shall be Burkert magnetic valves equipped with teflon plungers. The purifier bed shall be regenerable and shall have a nominal adsorption capacity of 20 liters oxygen and 675 grams water. Regeneration increments should be not less that six months under normal system utilization conditions. A safety program shall be integrated in the system which will prevent the regeneration process from aborting if power fails or if regeneration gas runs out prematurely. A self-contained, sealed Rotron circulation blower which maintains a continuous 40 cfm flow shall be used to develop the pressure differential necessary to maintain gas purity while pulling gas through piping, the charcoal-loaded solvent trap and the purifier bed. External gas cooling shall not be a necessity to maintain near ambient temperature within the glove box. A 10 cfm direct-drive vacuum pump with oil mist eliminator shall be employed and integrated with the PLC. It shall be safety-interlocked via a protection relay. Foot pedals for manual assist pressure adjustment shall be waterproof. Additional Specifications If in addition to standard features supplied by the vendor, the glove box shall incorporate/include the following custom features: 1. Front-mounted fluorescent light hood. 2. Internal glove port cover. 3. One spare set (left and right hand pair) of butyl rubber gloves. 4. Three (3) full-length stainless steel shelves mounted on the inside rear wall. 5. Two (2) spare dust/particle filters standard for the system. 6. A valved vent outlet/connection located on the rear portion of the top of the glove box unit (for emergency manual venting to the atmosphere). 7. A 115 V electrical feedthrough with six (6) internal outlets. 8. Two (2) 3/8" Swagelok gas feedthroughs. 9. A KF-40 feedthrough with the plate containing three (3) BNC-type electrical feedthroughs, with mated BNC connectors on each side of the plate. 10. Two (2) spare KF-40 feedthroughs. 11. An array of electrical banana jack/binding posts (with mated jack/posts on each side of the glove box wall) shall be located in the lower front area of the left glove box sidewall. There shall be a total of sixteen (16) individual color-coded binding posts in the array and configured in a 4x4 post pattern, thus forming a square. Exact location of the array shall be confirmed by the vendor to the requestor prior to array fabrication. The complete workstation shall be delivered to NASA LeRC within thirty (30) days of contract award. Following system delivery, the vendor shall provide on-site system installation/checkout and operator training (2-day maximum) at a mutually-agreeable time between the requestor and the vendor. The vendor shall supply a list of all items and facilities needed to be provided by NASA LeRC at the time of installation. The provisions and clauses in the RFQ are those in effect through FAC 97-3. 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 3569 and 500. 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 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) 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/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) 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. Quotations are due by 09/25/98 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). Posted 09/10/98 (D-SN248126). (0253)

Loren Data Corp. http://www.ld.com (SYN# 0352 19980914\66-0013.SOL)


66 - Instruments and Laboratory Equipment Index Page