COMMERCE BUSINESS DAILY ISSUE OF JUNE 18, 2001 PSA #2874
SOLICITATIONS
17 -- MOBILE JET FUEL STATION REFULER
- Notice Date
- June 14, 2001
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- RFQ4-MJFSR-02-CLV
- Response Due
- June 29, 2001
- Point of Contact
- Carol L. Van Gelder, Contracting Officer, Phone (661) 276-3071, Fax (661) 276-2904, Email carol.van.gelder@dfrc.nasa.gov
- E-Mail Address
- Carol L. Van Gelder (carol.van.gelder@dfrc.nasa.gov)
- Description
- 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). This notice is being issued as a Request for Quote for 2 ea. -Mobile Jet Fuel Station Refueler suitable for deployment to remote locations in support of the NASA ER-2 Aircraft. This fueling station needs to be mounted on a reinforced, fully movable and towable heavy-duty steel cart. Capable of fitting on a standard military airlift pallet 104"W X 84"L X 84"H. The complete unit needs to be assembled, welded and spray-painted with urethane fortified enamel paint (White in Color). All pipes are to be hydro tested to 400 psi. Performance: This fueling system needs to perform the following functions: Refuel aircraft over wing through two 75 ft hoses at a total flow rate of 100 GPM; Limit flow to each hose to 50 GPM; Be totally self-contained (excluding storage tank) and portable. Connections: Inlet from Storage -- 3 inch Camlock fitting (male); Air Eliminator/Pressure Relief 3/8 inch tube; Filter Drain Outlet -- 3/4 inch NPT. Power: Needs to be powered by a self-contained diesel engine driven pump making it totally portable. Features: 1. Self priming high head centrifugal pump-Fast priming. Complete with diesel engine.The pump and motor are mounted on a 2 A steel plate to reduce vibration. 2. Valves to external piping-Inlet stop and check valve. 3. All fuel wetted surfaces downstream of the filter will be of aluminum, stainless steel or other non-rusting material. 4. Strainer-To protect the pump from damage by foreign matter or pipeline debris. 5. Filter separator-This vessel is to be a steel, expoxy lined filter separator rated at 100 GPM and qualified to API-1581, Group II, Class B and C, 3rd edition (Velcon HV 1422). With the following features-Water control; Fuel sampling connections-to allow periodic testing and sampling; Pressure and air relief; Manual drain valve-a stainless steel ball valve to allow samples to be taken from, and water to be drained from, the vessel sump; Differential pressure gauge. 6. Dual Meters-60 GPM aluminum and stainless Liquid Controls meter (M-5-A-2) complete with: Large numeral resettable register; Non-reset totalizer; Calibrator for fine adjustment of accuracy. 7. Dual hose reels-hose complete with: Hose size-75 ft in length aviation hose's meeting API-1529 in sufficient size to safely handle the 50 GPM flow requirement; Over wing nozzle-OPW aviation type with dust cap, strainer, ground cable, clip and swivel coupler (OPW 295SA series); Aluminum internals-All fuel wetted parts in the hose reel and swivel are aluminum, stainless, or other non-rusting material; Spring rewind-Each real will have the capability to self rewind the hose's through a spring rewind mechanism. Each hose real to be limited to 50 GPM to maintain equal fueling rates. 8. Two static grounding reels with 100' of plastic coated cable and clip. Includes spring rewind, stop ball and stop ball retainer (Ametek ML-3416-2). 9. Cart-48" X 96" (approx.) reinforced steel baggage cart or equivalent. With either a hand or a tow bar activated parking brake. This cart is to be capable of being towed at non-highway speeds, not to exceed 25 mph or equivalent. 10. Fire Extinguishers-Two 10#, dry chemical, A-B-C fire extinguishers are mounted to the cart. This pumping station is to meet all current standard commercial specifications. Quote must include drawings. The provisions and clauses in the RFQ are those in effect through FAC 97-25. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333913 and 500 employees, 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/DFRC is required within 100 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A1. Quotations for the item(s) described above are due by 4:00 PM, June 29, 2001 NASA/DFRC and may be mailed or faxed to Carol Van Gelder, MS: D-1422, P.O. Box 273, Edwards, CA 93523-0273, Fax: (661)276-2904 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 or 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. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than June 22, 2001. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: 1. Technical Acceptability; 2. Price; 3. Past Performance. 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 NASA Specific Note "B". It is the quoter's responsibility to monitor the following internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=24 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) 1 and B. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#RFQ4-MJFSR-02-CLV)
- Record
- Loren Data Corp. 20010618/17SOL001.HTM (D-165 SN50P022)
| 17 - Aircraft Launching, Landing and Ground Handling Equipment Index
|
Issue Index |
Created on June 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|