SOLICITATION NOTICE
66 -- ULTRASONIC WELDER
- Notice Date
- 8/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333992
— Welding and Soldering Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11402718Q
- Response Due
- 9/6/2011
- Archive Date
- 8/23/2012
- Point of Contact
- Ingrid Pace, Buyer, Phone 216-433-2772, Fax 216-433-2480, Email Ingrid.Pace-1@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Ingrid Pace
(Ingrid.Pace-1@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 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 1 Ultrasonic Welderwith the following component specifications:Component Specifications Required:Input Power: 208/240 VAC@ 15 amps 1 phaseOutput Power: 2500 watts RMS into 50 ohm resistive loadDatabank: 250 weld protocolsWeld Data Output: RS232 PortWeld Force: Electro/pneumatic proportional regulator Transducer: Piezo-electricFrequency Tuning: AutomaticAir: 100 psi @ 3 CFM clean dry airMaterials it can weld:Aluminum (Al), Copper (Cu), Tin (Sn), Nickel (Ni)Additional Specifications for Ultrasonic Welder:1. Spot welder2. Welder metal tab to the metal substrates, i.e. weld two layers of metals: a.Al to Al b.Cu to Cu c.Al to Ni d.Cu to Ni e.Sn to SnUp to 6 layers together of Al to Al, Cu to Cu3.Welder metal substrate including Cu, Al, Ni, Sn4.Welded area: 0.5 cm2 1 cm2 maximum5.Thin sheet or thin strip metal welding of Al or Cu, without melting the materialsadjacent to it6.The thickness of metal substrates: 5-20 m Cu, 5-25 m Al, 5-25 m Ni 7.Must provide a firm delivery date.The provisions and clauses in the RFQ are those in effect through FAC _2005_- 53.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 333992, 500employees respectively. The offeror shall state in their offer their size status for thisprocurement. 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 44135-3127.Must provide a firm delivery date. Delivery shall be FOB Destination. Offers for the items(s) described above are due by close of business September 6, 2011 toNASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135-3127. and mustinclude, solicitation number, NNC11402718Q, 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 (JUNE 2010), 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 Ingrid Pace not later than close of business August 30, 2011. Telephone questions will not beaccepted. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), 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 representations andcertifications 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 offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11402718Q/listing.html)
- Record
- SN02546705-W 20110825/110824000940-4aca84ba0a67547002cbee6989a8a22f (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 |