Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
SOLICITATION NOTICE

68 -- GRCOP-84 POWDER

Notice Date
4/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332117 — Powder Metallurgy Part Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC14509305Q
 
Response Due
4/14/2014
 
Archive Date
4/8/2015
 
Point of Contact
Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
 
Small Business Set-Aside
N/A
 
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 1400 pounds of argon gas-atomized GRCop-84 powder, sieved to -325 mesh. Specifications for GRCop-84 (Cu-8 at.% Cr-4 at.% Nb or Cu-8 Cr-4 Nb) Powders 1.The powder shall be made by argon gas atomization. Atomization in nitrogen is not an acceptable alternative. 2.The powder shall be handled in an inert gas or vacuum environment at all times to avoid oxygen contamination. Powder shall be delivered to; Ken Cooper, NASA MSFC EM42, BLDG 4707 RM 142, HUNTSVILLE, AL 35812, in double sealed aluminum cans or other air-tight containers under an argon or helium cover gas. Prior to filling the containers, the containers shall be cleaned and degreased to ensure no contamination occurs. 3.The melt charge is to consist of high purity elemental charges or master melts. For an elemental charge, the charge shall consist of OFHC copper Grade No. 101 (ASTM B 170 Grade 1, 99.99% min. Cu), 99.8% minimum purity chromium and 99.5% minimum purity niobium or equivalent purity materials. The iron content in the chromium is to be analyzed and minimized to meet the Fe specification and aim. 4.The chemistry of the GRCop-84 powder shall be: Chromium:Aim 6.65 weight percent Desired Range 6.52 to 6.80 weight percent Allowed Range - 6.2 to 6.8 weight percent Niobium:Aim - 5.85 weight percent Desired Range 5.81 to 6.00 weight percent Allowed Range - 5.4 to 6.0 weight percent Cr:Nb ratio:Aim - 2.03 Cr:Nb ratio by atomic percent / 1.14 Cr:Nb ratio by weight percent Desired Range 2.01 to 2.05 Cr:Nb by atomic percent / 1.12 to 1.15 Cr:Nb ratio by weight percent Allowed Range -1.95 to 2.15 Cr:Nb by atomic percent / 1.08 to 1.21 Cr:Nb ratio by weight percent Oxygen: Aim - less than 400 ppm by weight Maximum - 700 ppm by weight Powder over 700 ppm oxygen by weight shall be rejected. Iron:Aim less than 20 ppm by weight Maximum 50 ppm by weight Powder over 250 ppm iron by weight shall be rejected 5.Powder shall be sieved to -325 mesh (<45 m) ASTM Standard Mesh Size. Total amount of delivered -325 mesh powder will be 1400 lbs. 6.Powder from more than one production lot may be mixed to obtain the total amount of powder required. However, prior to mixing, the chemistry of each lot must be obtained, and it must fall within the limits of Specification 4. Any powder lot not meeting the chemistry requirement shall be rejected. Mixing shall be done in an inert atmosphere or vacuum. 7.Contractor shall provide a powder size analysis and chemistry of the powder. The chemistry shall consist of (at a minimum) Cu, Cr, Nb, Fe and O. The contractor is to test for Fe and O contamination prior to mixing powder from more than one atomization run. Powders from multiple runs are to be mixed as best possible while retaining an inert atmosphere prior to canning to provide better uniformity. The Government intends to acquire a commercial item using FAR Part 12. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. The provisions and clauses in the RFQ are those in effect through FAC 2005-72. FAC CAN BE OBTAINED FROM http://nais.nasa.gov/far/. The NAICS Code and the small business size standard for this procurement are 332117 / 500 respectively.The offeror shall state in their offer their size status for this procurement. Delivery to: Ken Cooper, NASA MSFC EM42, BLDG 4707 RM 142, HUNTSVILLE, AL 35812, FOR: NASA GLENN RESEARCH CENTER,, 21000 BROOKPARK ROAD, CLEVELAND OHIO 44135-3191, is required. Delivery shall be FOB Destination. ********Offers for the items(s) described above are due by - MONDAY APRIL 14, 2014 *********** to DE VIANCOURT@ DOROTHY.E.VIANCOURT@NASA.GOV 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.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, 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. FAR 52.212-4 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: none FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-50 (With ALT I) COMBATING TRAFFICKING IN PERSONS, 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACTOR AWARDS, 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT, 52.209-10 PROHIBITION OF CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS, 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS, 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION, 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, 52.222-35 EQUAL OPPORTUNITY VETERANS, 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES, 52.222-37 EMPLOYMENT REPORTS ON VETERANS, 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING, 52.225-1 BUY AMERICAN ACT--SUPPLIES, 52.225-3 BUY AMERICAN ACT--FREE TRADE AGREEMENTSISRAELI TRADE ACT, 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES, 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFERSYSTEM FOR AWARD MANAGEMENT. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to De Viancourt not later than Thursday APRIL 10, 2014. 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. Other critical requirements: SAMPLE MATERIAL AND/OR PROOF OF DELIVERY TO ANOTHER USER PRIOR TO THIS REQUEST, PAPERS ON PROCESS USED. 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 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14509305Q/listing.html)
 
Record
SN03333021-W 20140410/140409022023-bf68df7d408f1581c50079ea98a5f91a (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.