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

IN-LINE HELIUM HEATER WITH CONTROLLER


Synopsis/Solicitation Combo - Jan 16, 2009

General Information
Solicitation Number: NNC09277675Q
Posted Date: Jan 16, 2009
FedBizOpps Posted Date: Jan 16, 2009
Original Response Date: Jan 29, 2009
Current Response Date: Jan 29, 2009
Classification Code: 45 -- Plumbing, heating, and sanitation equipment
NAICS Code: 423720 - Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

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; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Quotations (RFQ) for item detailed below. Please see specifications below.

General Description: In-line heater with controller for flowing fluid.

Requirements/Deliverables: 1. Increase temperature of fluid with operating conditions listed below (A thru I). A. Fluid: Helium gas B. Nominal Pressure: 1800 psig (12.4 MPa) C. Maximum Pressure: 2400 psig (16.5 MPa) D. Minimum Pressure: 800 psig (5.51 MPa) E. Nominal mass flow rate: 0.085 lbm/s (.038 kg/s) F. Minimum volumetric flow rate: 3 CFM @ maximum pressure. G. Input gas temperature: 42 deg F ( 5 deg C) minimum. H. Output gas temperature: 132 deg F (55 deg C) maximum. I. Indoor installation. 2. Heater element to be an open coil resistance wire type. 3. Control Accuracy: ±1 deg C from 0 to 100°C set point. 4. Time constant of heater system shall be less than 1 1/4 seconds. 5. 3 PSID maximum across heater at 500 SCFM, standard cubic feet per minute, at nominal pressure, He flow. 6. Heater vessel to be ASME B.P.V.C. Section VIII, Div I. or Div 2, code stamped. 7. MAWP, maximum allowable working pressure, of 2500 psig at 150 deg C. 8. Heater vessel certifications for code stamped vessel. 9. Heater interface fluid flow ports to be female SAE-J1926-1:1-1/16-12. 10. Heater vessel threaded ports to be female SAE-J1926-1 11. Heater vessel to be pressure cycled less than 1000 times. 12. Desire heater that can be removed and installed in existing vessel on-site. 13. Drawings of heater vessel. 14. Drawings of heater unit in vessel. 15. Heater pressure housing to be of stainless steel, A-312 TP304L, A-312 TP304, or stainless steel that meets or exceeds forementioned options. 16. Heater power: 480 VAC 3 phase 60 Hz. 17. Heater power to be connected through a main contactor with 120VAC coil and set of auxilary contacts. 18. Heater power to be fused with high speed semiconductor fuses. 19. Controller to be SCR based. 20. Controller to come capable of P&ID and pulse width modulation modes. 21. Controller in at least a NEMA 12 enclosure. 22. Controller encloser to have external mounting tabs. 23. Controller encloser access door to be hinged. 24. Controller to be operable both locally and by remote inputs (up to 75 feet distance). 25. Controller output: indication of power enabled/disabled to heater by contact closure or 24 VDC 26. Controller output: indication of local or remote operation mode by contact closure or 24 VDC 27. Controller inputs: 4-20 ma set-point signal ( for remote operation). 28. Controller inputs: Contact closure for heater run/stop (for remote operation). 29. Controller inputs: Type “T” thermocouple, exposed junction, per NASA design to follow, for control feedback. NASA GRC may provide. 30. Output: Type “T” exposed junction thermocouple in process fluid stream at exit and entrance of heater, 21 Awg wire or higher, terminating in local metal enclosure, provided by NASA GRC. 31. Provide electrical schematics of system. 32. Spare parts list 33. Cost of spare parts.

The provisions and clauses in the RFQ are those in effect through FAC 2005-28

The NAICS Code and the small business size standard for this procurement are 423720 AND 100 employees respectively. The offeror shall state in their offer their size status for this procurement.

All responsible sources may submit an offer which shall be considered by the agency.

Delivery to NASA Glenn Research Center, Cleveland, Ohio. Delivery shall be FOB Destination. Any shipping charges should be included in the quoted price of item.

Offers for the items(s) described above are due by January 29, 2009 to NASA Glenn Research Center, Attn: Aaron A. Olmsted, 21000 Brookpark Rd., Mail Stop 500-312, Cleveland, OH 44135 OR faxed to Aaron A. Olmsted, 1-216-433-2480 OR emailed to Aaron.A.Olmsted@NASA.gov and must 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. Offeror's quotes should be on company letter OR offerors may use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial Items, which is incorporated by reference.

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.

FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable.

The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

All contractual and technical questions must be in writing (e-mail or fax) to Aaron A. Olmsted not later than January 26, 2009. Telephone questions will not be accepted.

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance.

Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed -- See NASA Specific Note "B".

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URL: http://www.fedbizopps.gov


Point of Contact
Name:Aaron A Olmsted
Title:Contract Specialist
Phone:216-433-8784
Fax:216-433-2480
Email:aaron.a.olmsted@nasa.gov

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