SOLICITATION NOTICE
16 -- EXTENSIBLE RECTANGULAR NOZZLE TEST MODELS
- Notice Date
- 5/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC10ZDM027R
- Response Due
- 6/16/2010
- Archive Date
- 5/17/2011
- Point of Contact
- Frank L Kmiecik, Mechanical Engineer, Phone 216-433-3862, Fax 216-433-8000, Email Frank.L.Kmiecik@nasa.gov - Ernest C. Mensurati, Contracting Officer, Phone 216-433-2727, Fax 216-433-2480, Email Ernest.C.Mensurati@nasa.gov
- E-Mail Address
-
Frank L Kmiecik
(Frank.L.Kmiecik@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.THIS PROCUREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. NASA Glenn Research Center (GRC) is currently developing basic scientific data on theflow and noise of rectangular nozzles for advanced aircraft. A series of interchangeablemodel-scale test nozzles have been conceived and an initial set of nozzles designed,ready for fabrication. The designs are expressed as solid models with annotated views anddescriptive text, contained in the attached Statement of Work (SOW) and CAD files.This notice is being issued as a Request for Proposal (RFP) so that NASA GRC can obtainproposals from knowledgeable and capable vendors to fabricate and inspect the hardwaredescribed in the provided SOW.Addition requirements and clarifications not included in the SOW:1.) Although this is presented as one task, the proposals should be split into twoseparate sections including cost and schedule quotes for each. Section 1 includes allparts with a 2:1 ratio; Section 2 includes all parts with a 4:1 ratio. Splitting the taskmay be necessary to meet the delivery date of 9-1-10. To clarify which parts are in whichsection:Section 1: NA2Z, NA2B1, NA2B2, NA2K1, NA2C1, NA2C2, NA2C3, and NA2BC1.Section 2: NA4Z, NA4B1, NA4B2, and NA4K1.2.) It is highly recommended that this task is not divided into any more sections thanspecified above as far as using different sources or set-ups to insure the best possiblefit ups and transitions between mating parts.3.) All parts must be made from one piece. Splitting in half and then welding backtogether before finishing is not permitted.4.) The 2:1 and 4:1 round to rectangular adapters (DR2A2 and DR2A4) will be provided forassembly checkout and inspection tentatively by July 15, 2010.5.) All the nozzles have 10-24 threaded holes at 45 degrees to the x-axis used to attachto the appropriate upstream round to rectangular transitions. The model shows threads onthe part of this hole that is not a complete diameter (due to the angled surface itintersects). This was not intended and will accept a counter bore or possibly a countersink to the point where a full thread begins but the exact geometry has not as yet beendetermined. A minimal amount of stock shall be removed to facilitate this and the exactdimensions will be provided.6.) The requirement for written biweekly technical progress reports shall also includeRisk Management. This would include a list of significant open risks for cost, schedule,or technical performance, and associated mitigation plans. Significant open risks areconcerns that have the potential to affect a cost ceiling, schedule milestones and goals,or technical performance.The provisions and clauses in the RFP are those in effect through FAC 2005 - 41. The NAICS Code and the small business size standard for this procurement are 336412 and500 or less employees respectively. The offeror shall state in their offer their sizestatus for this procurement.All responsible sources may submit an offer which shall be considered by the agency. Theyshould be submitted electronically in Portable Document Format (PDF), with a practicalsize limit of 6 MB, to Frank.L.Kmiecik@nasa.gov (Requester), andErnest.C.Mensurati@nasa.gov (Contracting Officer).Delivery of the completed nozzle model system is required by August 1, 2010, and shall bedelivered FOB Destination.Offers must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable, and identified clauses shall beincorporated by reference into the resultant contract.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 Selection and award will be made to that offeror whose offer conforming to thissolicitation will be most advantageous to the Government, price and other factorsconsidered. Overall, for the selection of this contract, ability to meet the technicalrequirements of the SOW is the highest importance. Ability to meet the schedulerequirements, price, and past performance are of equal importance. It is critical thatofferors provide adequate detail to allow evaluation of their offer. (SEE FAR52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand 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 isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10ZDM027R/listing.html)
- Record
- SN02151913-W 20100519/100517235015-5b20a51275cff630c50e740b3a5ead1c (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 |