Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

43 -- REPLACEMENT VACUUM SYSTEM FOR MARTIAN SIMULATION CHAMBER SOL 8-1-9-21-c3723 DUE 090999 POC Gloria J. Coffey, Contract Specialist, Phone (256) 544-9187, Fax (256) 544-8688, Email gloria.coffey@msfc.nasa.gov -- David. G. Morgan, Contracting Officer, Phone (256) 544-0410, Fax (256) 544-8688, Email david.morgan@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/MSFC/date.html#8-1-9-21-c3723. E-MAIL: Gloria J. Coffey, gloria.coffey@msfc.nasa.gov. The purpose of this amendment is to allow quotations on a Small Business Set Aside for this requirement. Originally, the requirement was a SOLE SOURCE requirement. However, at least one other Small Business has provided documentations which reflect that they have the capability/qualification to manufacture this item, and that other quotations should be solicited. Accordingly, Solicitation 8-1-9-21-C3723 is converted to a Small Business Set-Aside requirement. As a result of this amendment, the closing date is extended to COB September 9, 1999. The requirements for the replacement of Stokes pump model 903-170-62 are as follows: Performance must meet or exceed specifications for existing pump; unit must consist of a first stage blower rated to at least 1300 cfm connected to a second stage rotary vacuum pump rated to at least 300 cfm. The unit power requirement is 460V/60Hz/3ph. and should provide circuitry and push buttons so that the rotary pump may be operated independent of the blower in addition to standard operation of the unit as a whole. A pressure switch must be included to activate the blower at the proper pressure. Dimensions on the blower inlet (inside diameter) must be at least 6 inches but not to exceed 10 inches using a standard vacuum bolt pattern (ASA flange preferred). Overall dimensions of the unit should be no greater than the existing model (56"W x 57"H x 42"D). An oil mist separator is to be provided on the exhaust line. The unit is to be water cooled with temperature/solenoid control and must have a gas ballast port on the rotary pump. The unit must be of rugged design to support continuous operation for up to one year. QUANTITY: 1 each. The provisions and clauses in the RFQ are those in effect through FAC 97-12. This procurement is a total Small Business Set Aside. The SIC code and the small business size standard for this procurement are 3561 and 500 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 MSFC is required iwthin 90 days ARO, and Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the item(s) described above may be mailed or faxed to the identified point of contact 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. Addenda to FAR 52.212-1 are as follows: MSFC 52.213-91, NFS 1852.211-70, and 1852.214-71 (insert "Item 1" in paragraph (a)). Reserve paragraph(s) (d), (e), (f), (h), and (i) in 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 52.212-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: MSFC 52.232-90, NFS 1852.246-71, FAR 52.204-4, 52.211-15 and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: FAR 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. Questions regarding this acquisition must be submitted in writing no later than September 2, 1999. Quotations are due by COB September 9, 1999, to the address specified above. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. 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. Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments. See Note(s). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 08/19/99 (D-SN370242). (0231)

Loren Data Corp. http://www.ld.com (SYN# 0280 19990823\43-0001.SOL)


43 - Pumps and Compressors Index Page