NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

44 - FABRICATION INSPECTION TESTING AND DELIVERY OF CHEMICAL STEAM GENERATORS FOR A3 ALTITUDE TEST STAND


Modification - Jun 23, 2008

General Information
Solicitation Number: NNS08229845R
Posted Date: Jun 23, 2008
FedBizOpps Posted Date: Jun 23, 2008
Original Response Date: Aug 29, 2008
Current Response Date: Aug 29, 2008
Classification Code: 44 -- Furnace, steam plant and drying eqpt; and nuclear reactors
NAICS Code: 333999 - All Other Miscellaneous General Purpose Machinery Manufacturing

Contracting Office Address
 
NASA Office of Procurement, Stennis Space Center, MS 39529-6000

Description
 
This is a modification to the synopsis entitled "44 - FABRICATION INSPECTION TESTING AND DELIVERY OF CHEMICAL STEAM GENERATORS FOR A3 ALTITUDE TEST STAND" which was posted on 2/26/08. There has been an update to the requirement as well as new information regarding issuance of the solicitation. Therefore, offerors are notified that the following changes are made: The requirement is modified to include the structural skid on which the Chemical Steam Generators are mounted, piping and components such as valves and instrumentation, and control system hardware. Due to the nature of the changes being made and the length of time since this requirement was first advertised, the initial description is replaced in its entirety with the following:

--------------------------------------------------- The NASA/SSC Acquisition Management Office intends to issue a Best Value Request for Proposal (RFP) for the project entitled “Fabrication, inspection, testing, and delivery of Chemical Steam Generators for A-3 Altitude Test Stand” to be delivered to the John C. Stennis Space Center, Mississippi. The work to be performed under this requirement consists of providing all labor, equipment, and materials necessary for the fabrication, inspection, and testing of Chemical Steam Generators, the structural skid on which the Chemical Steam Generators are mounted, piping and components such as valves and instrumentation, as well as control system hardware as stated in the referenced specification with delivery to Stennis Space Center Building 2204. Twenty-seven (27) Chemical Steam Generators will be fabricated by the contractor awarded. Nine structural skids will be fabricated with three Chemical Steam Generators mounted into each skid. Piping and component shall include all inlet and interconnecting propellant lines as well as the steam outlet pipe.

The CSGs required are a design that was produced for White Sands Test Facility in the 1960’s that is a proven design. The most similar component to these CSG’s is a small regeneratively cooled rocket combustion chamber or gas generator. The concept is basically a small combustion chamber similar to a rocket engine combustion chamber that burns isopropyl alcohol (IPA) and oxygen with a water diluent to produce the steam. This project will require detailed machining, pipe modification and welding, plate steel forming and welding, detailed welding including some thin wall sheet metal welding. Cleaning for high pressure oxygen service will be required. The CSGs will be built per ASME Code requirements but will not require a code stamp. Testing will include inspections and proof testing as required but will not include a functional test or hot fire. The CSGs and all associated piping and components shall comply with codes referenced in the RFP and shall be fabricated, cleaned, and tested per the requirements in the subject specifications available on CDROM only as noted below.

FOB is destination. The government intends to issue subject solicitation (RFP) under Commercial Procedures in accordance with FAR Parts 12 and 15. It is anticipated that only one award will be made for this requirement, and any resulting award shall be made in the form of a single award firm fixed price (FFP) contract. The desired period of performance or lead-time for delivery is twelve (12) months from the effective date of contract award. The required period of performance or lead-time for delivery is fourteen (14) months from the effective date of contract award. The firm delivery date shall be identified in any subsequent award.

The DPAS Rating for this procurement is anticipated to be DO-C9. The NAICS Code and Small Business Size Standard are 333999 and 500 employees, respectively. It is anticipated that this action will be issued as unrestricted. All responsible sources may submit a proposal, which shall be considered by this agency.

The Government reserves the exclusive right to award to other than the low offeror on this "Best Value" procurement. The evaluation factors for this procurement are in development and will possibly include Technical Compliance, Schedule, Past Performance, and Price.

The anticipated issue date of subject RFP is on or about July 7, 2008 with an anticipated closing date of August 29, 2008. The firm date for receipt of proposals will be stated in the subsequent RFP.

The RFP and any related documents [with the exception of the specifications and drawings] will only be issued electronically and will be available via the internet. These documents may be accessed and downloaded at the NASA Acquisition Internet Service (NAIS) Business Opportunities website @ http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi or at the Federal Business Opportunities (FedBizOpps) website @ http://www.fbo.gov . Offerors unable to access the RFP at this address may contact the points of contact listed below for assistance.

The Specifications and Drawings will only be made available on CDROM. Requests for copies shall be made only via e-mail to the Bid Distribution Office: joy.d.dedeaux@nasa.gov. Telephone or faxed requests will not be accepted. The list of offerors requesting CDROMs will become the “Bidders Mailing List” for small business subcontracting purposes. Offerors are advised that this list will be posted to the NAIS and FBO websites.

All contractual and technical questions regarding this acquisition shall be submitted in writing via e-mail to carol.a.burnside@nasa.gov (cc: james.d.huk@nasa.gov) not later than July 29, 2008. Telephone or faxed questions will not be accepted.

*** Offerors are responsible for monitoring this site for the release of the solicitation and any associated documentation or amendments. Offerors are responsible for downloading their own copy of the same and for obtaining their own copy of the CDROM containing the specifications and drawings from the Bid Distribution office. ***

An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html . ------------------------------------------------


Point of Contact
Name:Carol Burnside
Title:Contract Specialist
Phone:228-688-1638
Fax:228-688-1141
Email:carol.a.burnside@nasa.gov

Name:James D. Huk
Title:Contracting Officer
Phone:228-688-1045
Fax:228-688-1141
Email: James.D.Huk@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: