SOLICITATION NOTICE
93 -- APPLICATION OF ENVIRONMENTAL BARRIER COATING SYSTEM
- Notice Date
- 3/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332812
— Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC15543051Q
- Response Due
- 4/10/2015
- Archive Date
- 3/25/2016
- 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
- Total Small Business
- 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: NASA Environmental Barrier Coatings Process Runs for SiC/SiC Ceramic Matrix Composite (CMC) Turbine Specimens or Components. The purchase of turbine airfoil environmental barrier coating systems on SiC/SiC Ceramic Matrix Composite (CMC) components using high temperature vapor deposition based techniques. The environmental barrier coating systems shall be processed based on NASA coating composition and microstructural specifications. Multi-layered directed vapor deposition coating systems with non-line-of sight processing are also preferred for certain SiC/SiC CMC turbine airfoils. The performance of the coatings shall be studied and evaluated at NASA Glenn Research Center for NASA Fundamental Aeronautics Transformational Tools and Technologies (TTT) Project. The Salient features of the NASA vapor EBC development include three areas represented by two tasks: Task I. Directed Vapor Environmental Barrier Coating Bond Coat Processing using Advanced NASA Bond Coat Compositions (Task 1 - Four Runs): Multicomponent rare earth containing metallic bond coat and multicomponent HfO2 oxide-rare earth silico-silicate composite toughening based EBC bond coat systems shall be processed onto NASA supplied ceramic matrix composite (CMC) substrate specimens, subelements using NASA specified bond coat compositions and 5-6 mil thickness requirements with Four (4) directed vapor bond coating processing runs, with the newly NASA specified rare earth compositions. The runs shall be processed in controlled temperatures and low oxygen partial pressure, and using plasma activation to achieve best densification. The bond coating processing shall use alternating and co-deposition approaches, and producing uniform coating thicknesses and covering all surfaces of the specimens and components for environmental protections and testing requirements. NASA EBC coating experience learnt from the previous NASA projects will be incorporated to this task aiming at continuing process improvements in coating density and performance. Task II. Directed Vapor Environmental Barrier Coating EBC Processing using Advanced NASA EBC Compositions (Task II - Eight Runs): The environmental barrier coating systems shall be processed with NASA defined EBC with new multicomponent rare earth silicate layer and a top coat silicate composition system similar to the NASA specified proven early generation A1 and A2 multicomponent systems. Eight coating runs shall be processed, and the runs shall be performed and optimized covering all specimen and sub-element surfaces to achieve required performance and high temperature test durability. The coating processing shall have approximately up to 10 mils coating thicknesses and consistent compositions each of the EBC Coating layers. NASA EBC experience learnt from the previous tasks will be incorporated to this task aiming at continuing process improvements. The provisions and clauses in the RFQ are those in effect through FAC 2005-80. FROM http://nais.nasa.gov/far/. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 332812 / 500 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 44135-3191 is required. Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail) to PROCUREMENT - De Viancourt - dorothy.e.viancourt@nasa.gov not later than APRIL 2, 2015 3:30 pm. **Telephone questions will not be accepted.** Offers for the items(s) described above are due by APRIL 10, 2015 3:30 pm 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. 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, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-1, 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: Delivery, Proof of capabilities, previous deliveries of same type materials, 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. [OMBUDSMAN STATEMENT IS REQUIRED] 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/NNC15543051Q/listing.html)
- Record
- SN03679177-W 20150327/150325235653-f3fc8d4db7d00a5cf9dd94c8665fa26e (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 |