Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2004 FBO #0942
SOLICITATION NOTICE

A -- CERAMIC MATRIX COMPOSITE BOX STRUCTURE.

Notice Date
6/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04069187Q
 
Response Due
7/6/2004
 
Archive Date
6/23/2005
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
 
E-Mail Address
Email your questions to Timothy M. Bober
(Timothy.M.Bober@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; offers are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for Ceramic Matrix Composite Box Structure. Background: The NASA Glenn Research Center?s (GRC) Ultra Efficient Engine Technology (UEET) program requires a Ceramic Matrix Composite (CMC) manufacturer to fabricate components from silicon carbide reinforced silicon carbide (SiC/SiC) composite materials. These SiC/SiC composite parts shall be reinforced with SiC fibers, shall have an external BN fiber coating, and shall have a CVI SiC matrix. Tasks: The Contractor shall fabricate SiC/SiC composite box structures for NASA Glenn Research Center. The silicon carbide fibers required to reinforce these ducts shall be supplied by the Government and will be Sylramic? SiC. The box structure shall be fabricated in accordance with the geometric details shown in the Figures 1, 2 and 3 (see attachment). NASA GRC shall provide an electronic engineering drawing (AutoCad or IGES) of the CMC box structure to the vendor. The electronic engineering drawing can be used by the vendor for tool design. The completed SiC/SiC box structure shall be one continuous piece. During operation, this part shall contain flowing air. A structure consisting of separate parts, which are not bonded together and thus would have air gaps between them, is not acceptable. The Contractor shall also fabricate SiC/SiC plates. These plates shall be machined in accordance with the profile as shown in Figure 4 (see attachment) and shall have a nominal thickness of 0.090?. The silicon carbide fibers required to reinforce these plates shall be supplied by the Government and shall be Sylramic? SiC. NASA shall provide an electronic engineering drawing (AutoCad or IGES) of the SiC/SiC plate shapes to the vendor. The Contractor shall be responsible for the fabrication of the net-shaped mandrels used to form the mold line geometry of the box structure and plates. The fiber architecture for the box structure and plates shall [0/90] 5 HS Sylramic? SiC cloth with a target fiber content of 35-40 volume percent and a nominal thickness of 0.090 inches for the walls of the box structure and the plates. The preforms shall be interface coated and consolidated via the chemical vapor infiltration (CVI) process. The Contractor shall apply a BN interface coating onto the fibrous preform to a uniform nominal thickness of 0.15 to 0.17 thousandths of an inch. Following the application of the necessary fiber coating, the preform will be consolidated with a silicon carbide matrix via the CVI process to a target 90% theoretical density level. Following silicon carbide densification, the component shall be machined to the dimensions as specified in the drawings and a final seal coat application of CVI SiC will be applied to the component to close out all free edges exposed as a result of machining. Requirements for Descriptive Literature: In order to ascertain that the Contractor can fabricate these SiC/SiC box structures, the prospective Contractor shall furnish the following information for technical evaluation: 1. A brief description of the SiC fiber preforms required in order to make the SiC/SiC composite structure. Of particular interest is the approach used to assemble the final, one-piece part. Details regarding processes used to consolidate fiber cloth preforms are not required, only a description of preform shape(s) to be used to make the final part. Sylramic fiber cloth with a 5 harness satin, [0/90] weave, shall be used to make the preforms. 2. Data comparing design tolerances versus actual part tolerances in units of inches for SiC/SiC parts manufactured under previous government programs or contracts by the prospective contractor. Dimensions of interest include wall thickness, radii of curvature, inner and outer diameters as they apply to SiC/SiC parts such as combustor liners and rocket nozzles. Failure to provide either of the above-specified items shall render the bid non-responsive. Deliverables: The Contractor shall supply three box structures as shown in Figures 1 through 3 and six plates as shown in Figure 4. Period of Performance: The period of performance for this effort shall be 6 months after receipt of order. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION IN THEIR QUOTATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR OFFER MEETS THE ABOVE STATEMENT OF WORK** The provisions and clauses in the RFQ are those in effect through FAC 01-22. 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 541710 and 500 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 Glenn Research Center is required within 6 months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by Tuesday July 6, 2004 and may be e-mail, faxed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop 500-306 Cleveland Ohio 44135 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. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.204-7, 52.222-3, 52-222-21, 52.222-26, 52.225-1, 52.225-13, 52.227-14, 52.232-25, 52.232-33 52.243-1. NFS 1852.215-84, 1852.223-72 and 1852.225-70. 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 All contractual and technical questions must be in writing (e-mail or fax) to Timothy M. Bober not later than Wednesday June 30, 2004. Telephone questions WILL NOT be accepted. Award will be based upon overall best value to the Government among those offers that meet the specifications general instructions above. Consideration will given to the factors of meeting specifications, total price, best value criteria (see below) and past performance. Other critical requirements (i.e., delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see above) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Best Value Criteria The following best value characteristics are applicable: 1. Technical Strength of Approach used to fabricate the complicated shape of this SiC/SiC box structure using 5HS [0/90] Sylramic fiber cloth as the fiber reinforcement. 2. Approach used to incorporate the 0.5? wide lip on the inlet side of the SiC/SiC box structure. 3. Expected tolerances of finished part. Tolerances of particular interest are wall thickness and the expected ability to meet the shape requirement of two side walls (Figure 2 of the attachments). Offerors must include completed copies of the provision at 52.212-3, 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 URLs link
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#110966)
 
Record
SN00608645-W 20040625/040623212623 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.