Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
SOLICITATION NOTICE

68 -- LSHR POWDER

Notice Date
1/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331492 — Secondary Smelting, Refining, and Alloying of Nonferrous Metal (except Copper and Aluminum)
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC15538788Q
 
Response Due
2/6/2015
 
Archive Date
1/27/2016
 
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; LSHR Disk Alloy: Melt, Atomization, Screening, STATEMENT OF WORK DETAILS BELOW, Supplier shall provide all labor and equipment necessary to melt vacuum grade raw materials, and or master ingot, atomize powder and screen to between-140 mesh and +325 mesh (-106/+45m) an alloy of the composition given below, to produce a minimum of (150, 200, 250, 300)# of powder. The actual chemistry of the screened and blended powder of the atomized alloy shall be analyzed and reported along with the powder mesh size distribution. 1. Melting and Atomization: Powder for all material shall have been produced by Vacuum Induction Melting (VIM) and argon atomization. VIM furnace and atomization tower shall be evacuated, after which induction melting may occur under argon gas environment. Gas atomization in nitrogen is not an acceptable alternative. Further specified as follows: a. Raw materials for the VIM furnace charge shall consist of high purity constituents, vacuum grade raw materials, master alloys, virgin melt stock, fully traceable powder of the same alloy, solid revert from the same alloy, or any combination of these. No machining chips are permitted. b. Melt source and input material chemistry certification documents shall be provided. c. The VIM material shall be converted to powder by argon gas atomization. Powder shall be collected, transported, blended, and stored under an inert atmosphere. Any exposures to atmosphere shall be described prior to processing, and allowed with pre-approval by NASA. d. A wash heat shall be used after all major changes or to atomize a different alloy; or an alternative procedure to insure cleanliness and avoid cross contamination shall be provided. e. The screening and powder handling equipment shall provide an all stainless steel path to the powder. Some valves constructed primarily of stainless steel may contain elastomer seals. Contact with non-metallics will not be permitted. f. Powder size shall be screened between -140 mesh (-106 m) and +325 mesh (+45 m) using U.S. Standard Sieve Series. Specific particle size distribution shall be documented and provided with other deliverables. The percentage of particles smaller than +325mesh (44 microns) will not exceed 3% of the total distribution. g. Major compositional constituents and trace elements shall be determined from powder analyses for each heat and for each blend of powder heats. The gases oxygen, nitrogen, and hydrogen shall be determined from either powder or from consolidated material. h. Powder blend lots shall only be comprised of individual powder heat lots, which conform to these requirements. 2. Supplier shall then containerize the screened nickel-base superalloy powder in an air tight, sealed aluminum or stainless steel cans procured from approved suppliers and cleaned, or fabricated per production practice, with a method of can cleanliness defined and followed. The atomized powder shall be handled under an inert atmosphere. Any exposures to atmosphere shall be described prior to processing, and allowed with pre-approval by NASA. Four standard heavy liquid separation (HLS) samples shall be extracted using production-quality clean procedures: Two at the beginning and two at the ending of the can filling process. Two additional 1-pound samples shall be extracted using production-quality clean procedures. Composition: Supplier shall produce the alloy with a composition specified below. The aim major element (>1%) composition variations shall be within +/- 0.2 wt. % of the specified composition. The aim minor element (<1%) composition variations shall be within +/- 0.005 wt. % of the specified composition, with carbon and boron compositions receiving the highest priority. Composition analyses for all elements shall meet the requirements of AMS 2269 except, no check analysis limits shall be applied to nitrogen, hydrogen, oxygen, carbon, lead, bismuth, selenium, silver, and antimony. The gas content (O2 and N2) and actual chemistry of the consolidated material shall be reported. NASA LSHR, Wt.%, Al 3.50, B 0.03, C 0.030, Co 20.6, Cr 12.5, Mo 2.70, Nb 1.50, Ta 1.50, Ti 3.50, W 4.3, Zr 0.050, Ni 48.79 Trace Element Maximums; Element Ppm;Bi 0.3, Cu 100, Hf 100, H 10, Fe 400, Pb 5, Mg 50, Mn 100, N 100, O 200. Element Ppm; P 50, Se 3, Si 400, Ag 5, S 12, Te 0.5, Tl 1, V 100, Sn 50, As 25. Element Ppm; All others 25, Total all others 400 DELIVERABLES 1. Material certifications, which should include the actual full chemistry of the powder. 2. Mesh size distribution of screened and blended superalloy powder. 3. Four standard sealed HLS samples of powder, two 1-pound samples of powder, and all unused residual -325 mesh powder, and all unused residual +140 mesh powder. This powder is to be handled under an inert atmosphere and sealed in inert environment, air-tight aluminum or stainless steel container, to facilitate further chemical analyses without contamination. The unused residual powder will be either shipped to NASA, or by direction shall be held at the vendor for future processing. The provisions and clauses in the RFQ are those in effect through FAC 2005-78. CURRENT FAC CAN BE OBTAINED FROM http://nais.nasa.gov/far/. The NAICS Code and the small business size standard for this procurement are 331492 / 750 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. Delivery to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD., CLEVELAND OHIO 44135. Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail) to Dorothy.E.Viancourt@nasa.gov not later than Feb 2nd 2015 by noon. ********Telephone questions will not be accepted******** Offers for the items(s) described above are due by COBFeb 6th 2015 to DE VIANCOURT EMAIL ADDRESS 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. 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 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 2.232-33. 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. 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: such as delivery, Maintenance, etc shall also be considered. 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/NNC15538788Q/listing.html)
 
Record
SN03626106-W 20150129/150127234759-2ee30751432fea16898527470c5411db (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.