Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

66 -- NANOMIXER/COMPOUNDER

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06161325
 
Response Due
9/11/2006
 
Archive Date
8/28/2007
 
Small Business Set-Aside
N/A
 
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 a Nanomixer/compounder system per the following specifications: The NASA Glenn Polymers Branch has an active program to develop nanostructured materials for use in aerospace power and propulsion systems. Many of the materials being developed under this effort involve the incorporation of nanoscale fillers (carbon nanotubes, clays, graphenes) into a variety of polymers. A compounder is required for the blending and extrusion of small quantities of these nanocomposites. The purpose of this system is to disperse filler throughout the resin system. The specifications for this system are as follows: 1. The system shall have co-rotating or counter- rotating screws which are easily removed. 2. The compounder shall be capable of operating in batch mode with sample sizes as small as 7 grams and in continuous mode with sample sizes ranging from 75 ?200 grams. 3. The system shall be capable of introduction of materials in both batch and continuous modes and shall have multiple feeding lines to accommodate pellets, powders and liquids. In addition, the system shall be capable of introducing 4. The system shall have built in cooling channels for temperature control. 5. The system shall fit in a standard fume hood. 6. The system shall allow attachment of pressure transducers and optical probes for spectroscopy and for introduction of additional ports in the barrel section. 7. The unit shall be capable of controlling speed and torque and temperature during mixing. The system shall be capable of operating with mixing speeds ranging from 1-360rpms and torques ranging from 0-5 Nm. The system shall be capable of operating at mixing temperatures as high as 350?C. 8. The unit shall have automatic safety shutdowns in the event that maximum temperature, speed or torque is exceeded. 9. The mixture shall be capable of extruding materials in several different forms, including bars, tubes and sheets and shall have a fixture to collect the extruded material. 10. The unit must include a control panel and shall be capable of interfacing with a computer for introduction of operating parameters, collection of data during processing and analysis. The software for this system shall be Windows compatible. 11. The vendor shall provide installation of the system as well as training on-site at GRC in its operation. The provisions and clauses in the RFQ are those in effect through FAC 05-08. The NAICS Code and the small business size standard for this procurement are 334513 and 500 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 weeds ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by COB Septembe 11, 2006 to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 Mail Stop 500-306 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 2006), 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6 (with Alt I), 52.219-4, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, 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 Carol J. Cobbs not later than September 5, 2006. 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". 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#121959)
 
Record
SN01127944-W 20060830/060828221827 (fbodaily.com)
 
Source
FedBizOpps 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.