Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2004 FBO #0990
SOLICITATION NOTICE

59 -- C/SIC COMPOSITE PANELS

Notice Date
8/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
335991 — Carbon and Graphite Product Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04077319
 
Response Due
8/25/2004
 
Archive Date
8/10/2005
 
Point of Contact
Carol K. Sharp, Contracting Officer, Phone (216) 433-2771, Fax (216) 433-2480, Email Carol.K.Sharp@nasa.gov
 
E-Mail Address
Email your questions to Carol K. Sharp
(Carol.K.Sharp@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 notice is being issued as a Request for Quotations (RFQ) for [fabrication of six (6) C/SiC Composite Panels Having a C/SiC Foam Core Sandwich Structure per the following specifications: The subject procurement is for the fabrication of a set of panels having outer ceramic matrix composite skins of T300, 1K, 19 ends per inch plain weave fabric and a foam core. The core is to be formed from a reticulated carbon, and the skins and core densified by chemical vapor infiltration (CVI) of silicon carbide AS A UNIT. The outer skins are comprised of eight plies each. Two sets of panels are to be fabricated using three different pore size foams, for a total of six panels. Each set will be fabricated in a separate CVI reactor run. Panel size will be a minimum of 6x9 inches. Foam thicknesses shall be determined by the contractor in concurrence with NASA based on a calculation of expected shear stresses in the sandwich panel. All fabric shall be heat treated to 1500 C prior to fabrication. The contractor shall supply all materials. Offeror must have demonstrated successful chemical vapor infiltration SiC into a CMC sandwich structure having CMC face sheets and foam core, infiltrated as a single unit, and without delamination. The provisions and clauses in the RFQ are those in effect through FAC 01-24. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 335991 and 750 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, 21000 Brookpark Road, Cleveland, OH 44135 is required within 16 weeks. Delivery shall be FOB Destination. Offers for the items(s) described above are due by COB August 25, 2004 to NASA/Glenn Research Center, Mail Stop 500-306, 21000 Brookpark Road, Cleveland,OH 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), CAGE Code, 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: 52.222-3, 52.222-19, 52.222-21, 52.222-2, 52.222-35, 52.222-36, 52.222-37, 52.225-1. 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 the Contracting Officer not later than August 17,2004. 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. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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". sub 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#111851)
 
Record
SN00640927-W 20040812/040810212931 (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.