SOLICITATION NOTICE
A -- Automated system for testing the morphing of Shape Memory Polymer Composites
- Notice Date
- 9/14/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- 1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
- ZIP Code
- 00000
- Solicitation Number
- FA8601-06-T-0211
- Archive Date
- 10/14/2006
- Small Business Set-Aside
- N/A
- Description
- Automated System for testing Morphing of Shape Memory Polymer Composite (SMPC); This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation #FA8601-06-T-0025 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This acquisition is 100% set aside for small business. The associated NAICS 334515. The size standard is 500 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. This RFQ has one (1) line item. A Firm Fixed Price (FFP) type purchase order is anticipated with 1 line item as follows: 1 each Automated System for testing the Morphing of Shape Memory Polymer Composite (SMPC) prospective materials are for aircraft wings, which are subjected to both thermal and mechanical cyclic loading. The development of at least one material system (fiber and matrix) thru experiments and analysis for the significant mechanical property changes thru thermo mechanical loadings that SMPC?s provide, Thermal loading can be intrusive or no-intrusive. At least one sample case by both mechanisms. The deformed state of composite laminate has different in-plane Young?s modulus at different locations along the length (because of fiber angle and volume fraction change along the laminate axis). DESIGN DETAILS: The objective of the research is to utilize relevant expertise to develop the automated system to test SMPC?s. This is an emerging area and has lot of potential for research in this field. Currently mechanical systems are used to conduct the shape changes whereas shape memory polymer composites have capabilities to replace these functions. PERFORMANCE SPECIFICATIONS: 1. A system to conduct shape changes for at least one geometry. 2. Morphing System for shape memory polymer composites (SMPC) 3. Tabletop automated system for morphing SMPC panels 6"x12"x.125" 4. Morphing different shapes including quadrilateral, rhombic and triangle shapes. 5. Automated system for morphing SMPC panels using Robolab?. 6. The system shall have temperature up to 1000 deg C 7. System shall have a ramp up/down temperature of at least 2 deg C/sec 8. System shall have temperature profile capability OPERATION AND MAINTENANCE MANUAL: An Operation and Maintenance Manual will be provided. The manual will consist of the following: .. Electrical drawings. .. Major component vendor literature. .. General arrangement drawing or descriptive literature. .. Regeneration instruction. .. Operating instruction. The provision at FAR 52.212-2 -- Evaluation Commercial Items (Jan 1999) applies to this acquisition. Evaluation will be based on the overall best value for the government. Evaluation factors are price, technical, and delivery. Per FAR 13.106-1(a) (2), the second fill in for FAR 52.212-2 is not required. Responding contractors shall include adequate information with their quotations to enable the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation. All contractors responding to this solicitation shall include a written line by line response to each paragraph number of this specification. Each item response to be specific and detailed enough to allow full evaluation of the equipment offered and its capabilities. Responses that merely state they can provide the required equipment will not be considered adequate and will not be included. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE.. The Government will make an award from this request for quotation to the responsible offeror whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. A copy is attached to this solicitation and is available at http://www.fedbizopps.gov/. Delivery is required within 30 days from date of award. The delivery location is Wright-Patterson Air Force Base, Ohio. The FOB point for this acquisition is Destination. Quoted prices shall be delivered (F.O.B. Destination) prices. Contract financing will NOT be provided for this acquisition. By submission of a quote, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. The following FAR Provisions apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated By Reference (The fill-in for this provision is http://farsite.hill.af.mil/.) 52.212-1, Instructions to Offerors?Commercial 52.212-2, Evaluation Factors (The evaluation factors for the fill-in portion are price, technical, and delivery. Per FAR 13.106-1(a) (2), the second fill in for FAR 52.212-2 is not required.) 52.212-3, Contractor Representations and Certifications The following FAR Clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated By Reference (The fill-in for this clause is http://farsite.hill.af.mil/.) 52.204-6, Data Universal Numbering System (DUNS) Number 52.225-13, Restrictions on Certain Foreign Purchases 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this acquisition. For paragraph (b), the following clauses apply: 52.219-6, Notice of Total Small Business Aside 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration) The following DFARS Clauses apply to this acquisition: 252.204-7003, Control of Government Work Product 252.204-7004, Required Central Contractor Registration 252.225-7002, Qualifying Countries Sources as Subcontractors 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, (for paragraph (b), the following applies): 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea, Alternate III The clause at AFFARS 5352.201-9101, Ombudsman (Aug 2005), is applicable to this acquisition. The fill-in for this clause; Stephen J. Miller, ASC/AE, 1755 Eleventh St, B570, R113, Wright-Patterson AFB, OH 45433-7404 (Phone: 937-255-5315; FAX 937-656-7193; E-Mail stephen.miller@wpafb.af.mil). IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Contractors may register at http://www.fedbizopps.gov/ to receive notices of any amendments and/or addenda that may be issued to this solicitation. If not registered, it is the contractor?s responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Quotes prepared by debarred, suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. All responsible sources may submit quote packages, including technical capability (brand equivalency if applicable), and completed 52.212-3, Offeror Representations and Certifications-Commercial Items, NO LATER THAN 18 September 2006, 3:00 PM EST. Point of contact for this acquisition is SSgt Michael Clevengeri, 937-522-4606. Quotes can be e-mailed (preferred) to michael.clevenger@wpafb.af.mil, faxed to 937-656-1412, Attn: SSgt Michael Clevenger; or mailed to 88 CONS/PKBB, Attn: SSgt Michael Clevenger, 1940 Allbrook Dr., Ste 3, WPAFB OH 45433-5309. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. A copy can be found at http://www.fedbizopps.gov/. Quotes are due no later than 3:00 PM EST on Monday, 18 September 2006. For more information on "Automated system for testing the morphing of Shape Memory Polymer Composites", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5044
- Web Link
-
Automated system for testing the morphing of Shape Memory Polymer Composites
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5044)
- Record
- SN01143636-W 20060916/060914220946 (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 |