Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

35 -- FABRICATION OF POLYMER MATRIX COMPOSITE PARTS FOR AIR LIQUID HEAT EXCHANGERENGINEERING DEVELOPMENT UNIT

Notice Date
4/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09289480Q
 
Response Due
4/24/2009
 
Archive Date
4/17/2010
 
Point of Contact
Raye L Kirkland, Contract Specialist, Phone 216-433-5957, Fax 216-433-2480, />
 
E-Mail Address
Ra-deon.L.Kirkland@nasa.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/GRC has a requirement for the Fabrication of polymer matrix composite (PMC)housing parts. The specifications and drawings are linked above or may be accessed athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. ]This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This procurement IS set aside for small business. If you are viewing this solicitationon the fedbizops website, you must check the NASA Business website for amendments andother forms (this is due to the fedbizops software design). http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offerors responsibility to check the NASA Business website for any amendments.This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of thissolicitation. A/L HX EDU Composite Housing Parts GENERAL SPECIFICATIONSThe Contractor shall furnish one (1) Inlet Plenum, Two (2) Outlet Plenum (one unit),Three (3) U-channel Casings (top and bottom, one unit each), and Four (4) U-channel SideCasings (left and right, one unit each), one (1) delivery and installation to GRC, andone (1) training in the operation of the plate roll. The A/L HX EDU Composite HousingParts shall be delivered within 8 weeks after contract award. SPECIFICATIONS Various polymer matrix composite (PMC) housing parts shall be fabricated for thecomposite Air/Liquid Heat Exchanger (HX) Engineering Development Unit (EDU) for theAdvanced Thermal Controls Project under the Exploration technology Development Program(ETDP) in collaboration with NASA-JSC.The objective of the overall project was todevelop light weight, high efficiency A/L HX and to demonstrate its feasibility forvarious space exploration thermal management applications including Orion CEV, Altair,and Lunar Surface Systems. The parts will be consisted of (1) inlet plenum, one unit,(2) outlet plenum, one unit, (3) U-channel casings, top and bottom, one unit each, and(4) U-channel side casings, left and right, one unit each as indicated in Appendix A. The parts will be made of a commercially available carbon fiber reinforced epoxy basedcomposite, e.g., 200F cured toughened epoxy with T700 carbon fiber fabric or equivalent. The composite prepreg tapes will be supplied by NASA-GRC. The composite housing parts shall be fabricated and supplied with the followingspecifications:All composite parts shall be free of visible defects. The class A finish is notrequired but smooth surface.All composite parts shall not leak air through up to 20 psig internal pressure, but airleak rates less than 1 psig/hour at 20 psig internal pressure are acceptable.General configurations and dimensions of the parts shall be made to fit properly to thecore unit which is 16.5" wide 9.8" high 7" deep in dimensions from the front view asshown in Appendix A.In all composite parts, all corners shall be properly rounded, but less than 1/16 inchradius. The overall dimensions of each composite parts shall conform to the schematic drawing inAppendix A in general, but the final dimensions will be specified when the contract isawarded.Dimension and flatness tolerance of the flanges in all parts shall be 0.025 inch and0.005 inch per inch, respectively.Dimension and flatness tolerance of the casings including part (3) & (4) shall be 0.025 inch and 0.005 inch per inch, respectively while dimensional tolerance of plenumbodies except flanges shall be 0.05 inch.In the cases of both inlet and outlet plenums, the sloped contours indicated by dottedlines in both Appendix B and C shall be followed for the final configuration unless thereare major increases in cost or delivery time. In both plenums, the flanges and main body shall be molded as one piece. The flangesand immediately adjacent body section up to 1 1.5 inch wide along the flanges shall becontinuous and 1/8 inch thick while the rest of the body shall be 1/16 inch thick.Dimensions of the main opening in the inlet plenum shall be 15.5 inch 9 inch, depth ofthe plenum shall be 2 inch, and width of its flanges shall be 1.5 inch.Dimensions of the main opening in the outlet plenum shall be 16 inch 9.3 inch, depthof the plenum shall be 5 inch, and width of its flanges shall be 1.25 inch and 1.35 inch.Circular holes on plenum body will be machined prior to assembly, thus the plenums shallbe fabricated without holes.All U-channel casings shall be fabricated individually as a separate unit.The U-Channel casings on top and bottom of the core will be identical in shape anddimensions (16.5 inch 7 inch with 1.0 inch leg length) and shall be 1/8 inch thickuniformThe U-Channel side casings on right and left of the core will be identical in shape anddimensions (9.8 inch 7 inch with 1.0 inch leg length) and shall be 1/8 inch thickuniform. The composite parts can be fabricated by any available composite processes, butpreferably with hand lay-up on tooling and autoclave cure process. The lay-upconfiguration and cure conditions shall be optimized.Any interested bidder shall be eligible for handling an export controlled information andshall be able to sign a non-disclosure agreement on any proprietary information. Notethat drawings in Appendices are not in scale.DELIVERY AND INSTALLATIONThe Contractor shall provide and coordinate all delivery services of the A/L HX EDUComposite Housing Parts to the designated area of building 21, Glenn Research Center,Cleveland, Ohio.Installation: The Government will install the A/L HX EDU Composite Housing Parts.DELIVERY SCHEDULE AND FOB POINTDelivery to NASA Glenn Research Center is required within 8 weeks date of contract award. Delivery shall be FOB Destination, NASA Glenn Research Center. SOLICITATION INSTRUCTIONSNote for those proposing advance payments: FAR limits advance payments for commercialitems to not greater than 15% of the total price for the item.If you require payment inadvance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Therefore, either line out such language or clearly state what terms arenot subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government isself insured and does not pay extraordinary insurance other than that already included innormal shipping practices.Note to those offering installation at the Government facility: the proposed price SHALLinclude all necessary travel, per Diem amounts, labor etc. In your proposal clearlystate the number of people and number days they will be installing the equipment at NASAGRC. Clearly state any travel costs and whether these are air fare or other mode oftransportation and the per diem rate used. Per Diem rates can be found at:http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC The provisions and clauses in the RFQ are those in effect through FAC 05-32.The NAIC code is 336419 and the small business size standard for this procurement is1,000 employees. All qualified responsible business sources may submit a quotation whichshall be considered by the agency.The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by April 22, 2009, 4:30p.m. GRC localtime and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-319,Cleveland, OH 44135, and include on the envelope the solicitation number.Your offer may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. Your offer shouldinclude: FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), Cage Code, DUNS identification number,Representations and Certifications, identification of any special commercial terms,description of items offered per 52.212-1 (and as modified), and the offer shall besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form attached tothis solicitation (Ensure that the track changes feature is turned off when wordprocessing this form).Fill in Block 17a including CAGE and DUNS codes. Faxed offersAre NOT acceptable. A description of how the requested work will be performed, rates for hours, capabilities,or computer page printouts showing the price for Items may also be included if desired.(Note, the Contracting Officer may request this information if only 1 source provides anoffer). Offerors shall provide the information required by FAR 52.212-1. Offerors may cite the web site that demonstrates all specifications are met for the itemoffered in lieu of providing a paper copy. Web sites that are not viewable for anyreason for up to 5 business days after the offer due date may result in the offer beingdetermined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the Offerors shall so state and shalllist the country of origin.Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certifications electronicallyvia the ORCA website at http://orca.bpn.gov. After reviewing the ORCA databaseinformation, the offeror verifies by submission of this offer that the representationsand certifications currently posted electronically at FAR 52.212-3, OfferorRepresentations and CertificationsCommercial Items, have been entered or updated in thelast 12 months, are current, accurate, complete, and applicable to this solicitation(including the business size standard applicable to the NAICS code referenced for thissolicitation), as of the date of this offer and are incorporated in this offer byreference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identifythe applicable paragraphs at (b) through (j) of this provision that the offeror hascompleted for the purposes of this solicitation only, if any.The representations and certifications will be incorporated by reference in any resultantcontract.Representations and Certifications may be obtained via the internet at URLs:http://www.grc.nasa.gov/WWW/Procure/rforms.html orThe (BPN ORCA) Business Partner Network (BPN) Online Representationsand Certifications Application (ORCA) website at http://orca.bpn.gov. FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4 (MAR 2009) is applicable.FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders -- Commercial Items ( MAR 2009) is applicable. As prescribed in 12.301(b)(4), insert the following clauses:a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C.632(a)(2)). 52.223-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child LaborCooperation with Authorities and Remedies (Feb 2008) (E.O. 13126).52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.225-1, Buy American ActSupplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.o.s, proclamations,and statutes administered by the Office of Foreign Assets Control of the Department ofthe Treasury). 52.232-34, Payment by Electronic Funds TransferOther than Central ContractorRegistration (May 1999) (31 U.S.C. 3332 ). 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 SELECTIONSelection and award will be in accordance with the following:EvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a BEST VALUE basis. Selection and award will be made to thatofferor whose offer will be the most advantageous to the Government, with considerationgiven to the factors of technical capability of the item(s) offered to meet thespecifications, price, past performance and the following best value requirements:(1)proximity to NASA Glenn Research Center, (2)features or specs that exceed thoserequired (you must specifically state these exceeding aspects), and (3)a deliveryschedule that is better than the requested 8 weeks shall also be considered. Ifproposing a better delivery schedule, provide all information as follows: Proposed delivery, < 8 weeks = $________. 8 week delivery = $________. Selection and award will be made on an aggregate basis. The awardee is required to havea technically acceptable offer and have acceptable past performance. Technicalacceptability will be determined by a review of the information submitted by the offerorproviding a description in sufficient detail to show that the product offered meets theGovernment's requirement (see specifications above). It is critical that offerorsprovide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Technical, past performance and best value, when combined, are approximately equallyimportant as price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished,to the successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. (End of provision)MISC.Questions regarding this acquisition must be submitted in writing no later than (2)business days after the posting date of this notice. All questions must be submitted inemail format to Ra-Deon.L.Kirkland@nasa.gov. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the releaseof 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 combinationsynopsis/solicitation and amendments (if any).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f614aea3b65ff1f340229aaab63b00b9&tab=core&_cview=1)
 
Record
SN01795905-W 20090419/090417220119-c25274e5aad93f6c44890516cb5bf34f (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.