The RFP outlines the requirements for acquiring a recirculating chiller to replace an obsolete unit in the Cryogenics Test Laboratory at Kennedy Space Center (KSC). The primary objective is to ensure the laboratory's operational capability and readiness for cryo cooler testing. The specifications for the chiller include a BTU capacity of 20,100, an amperage of 19.6 at 208/230 volts AC, and a positive displacement pump capable of 4.3 gallons per minute. Furthermore, the chiller must have a reservoir capacity of 6 and be compatible with water or a water/ethylene glycol mixture. The project is designated for completion in the fiscal year 2025. This procurement reflects the government's commitment to maintaining necessary laboratory functions and supporting scientific research and testing initiatives within the field of cryogenics.
The document outlines the requirements for acquiring a recirculating chiller for the Cryogenics Test Laboratory, aimed at supporting cryo cooler testing by replacing an outdated unit. The procurement is necessary to ensure ongoing laboratory capability and readiness of testing equipment. The specified chiller, identified by OEM Part # RC045J03BG3M126, must have a cooling capacity of 20,100 BTU/hour, operate at an amperage of 19.6A on 208/230 Volts AC, feature a positive displacement brass pump with a capacity of 4.3 gallons per minute, and possess a 6-gallon reservoir. It can utilize water or a mixture of ethylene glycol and water as cooling fluids and is designated for performance in the Kennedy Space Center (KSC) Cryogenics Test Laboratory, with the acquisition slated for Fiscal Year 2025. This initiative is part of a federal Request for Proposal (RFP) process aimed at maintaining essential laboratory operations.
The government file outlines a Request for Proposal (RFP) for a recirculating chiller to support testing in the Cryogenics Test Laboratory at Kennedy Space Center (KSC). The chiller is necessary to replace an outdated unit, ensuring continued lab functionality and equipment readiness. Specific requirements include one unit with an OEM part number RC045J03BG2M007, capable of delivering 20,100 BTU/hour and operating at 19.6 amps at 208/230 volts AC. The pump must be a positive displacement pump with brass construction, providing a flow rate of 4.3 gallons per minute from a 6-gallon reservoir. Suitable cooling fluids include water or a mixture of ethylene glycol and water. The period for performance is designated for fiscal year 2025. This RFP reflects the federal government's commitment to maintaining essential laboratory capabilities through updated equipment.
The document outlines a recommendation from the NASA Shared Services Center to negotiate solely with Lytron for the procurement of recirculating chillers. The justification hinges on the brand's established compatibility with existing lab equipment, reliance on technicians' familiarity with the brand, and positive experiences with its service and support. The total estimated cost remains unspecified, with a projected delivery date of June 30, 2025.
The recommendation emphasizes that opting for a different brand would incur additional costs and delays due to the need for technician retraining and modifications to operational procedures. This acquisition process is framed within the parameters of federal acquisition regulations, declaring the choice as a brand name justification under the FAR guidelines. The contracting officer must validate the recommendation, asserting that only one source is effectively available under the given circumstances. This procurement strategy aligns with broader government objectives of efficiency and maintaining operational continuity in NASA's lab environments.
The document is a Request for Quotation (RFQ) from NASA's Shared Services Center for a recirculating chiller, specifically a brand-name requirement for Lytron products. It outlines the proposal submission requirements, including necessary information such as the CAGE/UEI code, delivery lead time, and contact details. The deadline for quotes is set for February 17, 2025, and all proposals must be emailed to the designated contact person by 7 a.m. CT. The RFQ is reserved for small businesses, and requirements for SAM registration and certifications related to telecommunications and video surveillance services are specified.
The solicitation includes detailed sections on the Statement of Work, instructions to offerors, representations and certifications, along with various clauses governing contract terms. The purpose of this RFQ is to facilitate the procurement of a specific commercial product while ensuring compliance with federal acquisition regulations, including provisions regarding small business eligibility and ethical standards. This RFQ underscores NASA's commitment to regulatory compliance and the fostering of small business engagement in government contracting.