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