SOLICITATION NOTICE
68 -- PLASMA ENHANCED MAGNETRON SPUTTERED DISK COATINGS
- Notice Date
- 3/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC15541109Q
- 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
- 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; PLASMA ENHANCED MAGNETRON SPUTTERED DISK COATINGS; Specifications/Salient Features The coatings are deposited 360 degrees around the circumference of NASA-provided fatigue bars having a inch diameter gage sections. In order to promote acceptable adherence and density, the coating techniques used for this study have been plasma enhanced magnetron sputtering (PEMS) and high impulse power magnetron sputtering (HiPIMS). Prior to the deposition of the first layer, a thorough ion sputter cleaning is performed. Then without the interruption of the ion bombardment of the sample surfaces, a seamless transition to the first layer deposition is required to reduce the possibility of surface oxidation. Ten additional coating runs producing three different coatings plus associated calibration runs are required. Each run shall coat the inch gage section of 6 NASA-provided fatigue bars. The regions away from the gage section shall be masked. Existing sputtering target, left over from the prior contracts, shall be used. NASA shall provide any new sputtering targets that may be required. The ten additional runs shall be as follows: The vendor shall, on a best effort basis conduct eight runs to deposit 12 to 25 micron thick layers of a NiCrY coating on 6 test specimens each as described above using a high impulse version of the about sputtering technique. An additional run shall be conducted to deposit a coating consisting of Cr2AlC on 6 test specimens per run as described above. And an additional run shall be conducted to use radio frequency techniques to deposit from 2 to 5 microns of zirconia-yttria on 6 additional specimens. Using a unique magnetron sputtering coater, with the capability to coat six cylindrical specimens at a time with independent rotation about the axis of each cylinder. Coater may be configured for plasma enhanced magnetron sputtering PEMS, high impulse power magnetron sputtering HiPIMS, or radio frequency magnetron sputtering RFMS by attaching the appropriate power supply to the coater. The provisions and clauses in the RFQ are those in effect through FAC 2005 - 80. FROM http://nais.nasa.gov/far/. The NAICS Code and the small business size standard for this procurement are 541990 / $ 14.0 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 will be required. Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail) to De Viancourt, @ dorothy.e.viancourt@nasa.gov not later than APRIL 3rd, 2015,3:30 pm. **Telephone questions will not be accepted.** Offers for the items(s) described above are due by APRIL 14TH, 20105, 3:30 pm to procurement, De Viancourt - email - 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, Coating process, 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/NNC15541109Q/listing.html)
- Record
- SN03679527-W 20150327/150325235950-5e9245b5667c33120a368d3a61718954 (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 |