Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2006 FBO #1860
SOLICITATION NOTICE

A -- LOW CYCLE FATIGUE TESTS

Notice Date
12/28/2006
 
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
NNC07181654Q
 
Response Due
1/15/2007
 
Archive Date
12/28/2007
 
Small Business Set-Aside
Total Small Business
 
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 LCF Testing of seventy (70) ME3/Rene 104 disk superalloy specimens to be LCF tested at temperatures of 400-1300F as described as follows: The specimens are: Drawing No. Description 1) 4013195-203 0.40?? gage dia. LCF specimen with button-head ends from ?V731P03 2) PGR-3-1997 0.40?? gage dia. LCF specimen with button-head ends from ?V731P03short. The drawings will be uploaded. If you have any issues or problems opening the drawings, please contact the the primary point of contact by e-mail. Please quote assuming at least 10 specimens would be shipped for testing at a time. A testing time of 4 weeks after receipt of specimens is desired. Deliveries of partial quantities are encouraged and will be acceptable for meeting delivery time requirements in large orders. TESTING: 1) Low Cycle Fatigue Tests - The vendor shall run 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 tables shall be provided as hard copies and on a computer disk as Excel spread sheets. Tested specimens and remnant material from machining shall be returned. Then for elevated temperatures up to 1300?aF, please quote quantity discounted unit price for E-606 strain-controlled fatigue tests and load-controlled fatigue tests of these specimens. The test quote should be provided for tests assumed to run all at 1300F for a total time duration of 48 hours, using the procedures described below. 2) The following LCF testing procedures should be utilized; deviations from this should be coordinated with the Government Representative at NASA GRC prior to conducting the tests: LCF specimen tests: 1. The shanks of all LCF specimens shall be shotpeened, while the gage sections are masked for protection from shotpeening. 2. Measure and control temperature using a procedure specifically pre-agreed with NASA 3. First run 10+ cycles in load control, then 10+ cycles in strain control, both at about 0.2% strain range (R=0) with tight interlocked limits to check extensometer stability and the test system??s control stability. 4. Start test using an agreed startup procedure which gradually increases the strain range to the target value at a slow frequency of 0.05 hertz while avoiding overstrains. Then continue the test at a frequency of 0.33 hertz for 24 hours. Then: a. If max. and min. cyclic stresses are stabilized, please switch to load control at 10 hertz with the same max. and min. cyclic stresses, run to 5x106 cycles runout. b. If cyclic stresses are still relaxing by more than 1 ksi per 500 cycles, continue until stabilized for mode switch for up to 2 more hours. Call if not yet stabilized. 5. Run most tests to failure, agreed tensile load drop, or agreed runout cycles. Place fracture specimen halves in the plastic tube with the button ends butting together, fracture surfaces protected from metal contact. 6. It will be requested that several tests be stopped approximately three to four times during the life of the specimen at NASA specified cycle increments. Do not assume any tests will be interrupted in the quote. After each interruption the specimens shall be separately packaged, marked with specimen ID number and send for an overnight mail delivery shipment to NASA. After the first interruption the tests shall be switched from strain control to load control and cycled for a designated number of fatigue cycles. Initial set up fee for strain control as well as subsequent set up fee for load control testing segments shall be assumed for any interrupted tests. The provisions and clauses in the RFQ are those in effect through FAC 2005-14. 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 or 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. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by COB ON 01/15/2007 to NASA GLENN RESEARCH CENTER, ATTN: BERNADETTE KAN, M.S. 500-305, 21000 BROOKPARK RD, 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), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml 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. The procurement is to be conducted under the Simplified Acquisition Procedures (SAP) FAR Part 13. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. 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 Bernadette Kan not later than January 15, 2007. 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". 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#123109)
 
Record
SN01203631-W 20061230/061228221233 (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.