SOLICITATION NOTICE
A -- LOW CYCLE FATIGUE (LCF) TESTING OF UDIMET 720 ALLOYS.
- 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
- NNC04068994
- Response Due
- 7/8/2004
- 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 Low Cycle Fatigue (LCF) testing of Udimet 720 alloys. Background: NASA Glenn Research Center (GRC) is continuing its work to develop probabilistic lifting models for nickel based disk alloys. This SOW summarizes the requirements for continuation of ongoing low cycle fatigue (LCF) testing of Udimet 720 alloy at elevated temperatures. The large PGR-3 button head specimen geometry requires a 50 Kip servo-hydraulic frame to perform these tests. Specifications: The LCF testing shall be conducted at 800?F, and 1200?F using PGR-3 specimen geometry shown in Figure 1 (see attachment). The Contractor shall perform strain-controlled or load-controlled fatigue tests according to the latest ASTM E-606 standards. Stress-strain hysteresis loops at periodic cycles as well as tabulated results including initial and half life values of modulus, maximum and minimum stresses, and inelastic strain range shall be reported as appropriate; as well as expansion strain, initiation life, and failure life. The testing shall consist of interrupted strain-controlled and load-controlled fatigue tests. Tests will be stopped approximately three to four times during the life of the specimen at NASA GRC specified cycle increments. After each interruption the specimens shall be separately packaged, marked with specimen ID number and send for an overnight mail delivery shipment to NASA GRC. After the first interruption the tests shall be switched from strain control to load control and cycled for a designated number of fatigue cycles. The test frequency shall be 20 cycles per minute for the first 20,000 cycles followed by 10 Hertz if the lives exceed the 20,000 cycle criteria. In order to decrease the variability in test results all tests shall be conducted on a single well aligned servo-hydraulic test frame. In order to expedite the testing, the Contractor shall reinitiate the testing in the designated frame within three working days after the interrupted specimens are returned to the Contractor by NASA. The interrupted testing of specimens is expected to last two years. Udimet 720 LCF bars have a tendency to exhibit serrated yielding during the initial strain controlled cycles. This undesirable characteristic needs to be avoided. The Contractor shall propose a testing methodology to avoid serrated yielding phenomena. The test quotes shall be provided in test duration-dependent forms, so that the costs of 10, 24, 36, and 72 hour tests can be computed by NASA in each case. Initial set up fee for strain control as well as subsequent set up fee for load control testing segments shall be included in the quote. Deliverables: After failure, each specimen shall be separately packaged according to specimen identification number and shipped to NASA Glenn Research Center, Attn: Jack Telesman, 21000 Brookpark Rd., Mail Stop 49-7, Cleveland, Ohio 44135 with all the accompanying test records. Period of Performance: The period of performance for this effort shall be 24 months after receipt of order. This shall be a fixed price order. The Government will evaluate price based on 24 hours of testing **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 24 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 Thursday July 8, 2004 at 4:30 p.m. EST 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 44130 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. Addenda to FAR 52.212-1 are as follows:. 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 be 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: Contractor specifying reasonable procedure to avoid serrated yielding. 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 linked below.
- 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#110993)
- Record
- SN00608649-W 20040625/040623212628 (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 |