Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2015 FBO #4955
SOLICITATION NOTICE

K -- APPLICATION OF ENVIRONMENTAL BARRIER COATINGS SYSTEM

Notice Date
6/16/2015
 
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
NNC15553134Q
 
Response Due
6/22/2015
 
Archive Date
6/16/2016
 
Point of Contact
Garnette A Dutton, Buyer, Phone 216-433-2828, Fax 216-433-5489, Email Garnette.A.Dutton@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Garnette A Dutton
(Garnette.A.Dutton@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 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 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 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 1. Environmental Barrier Coating Bond Coat Processing using Advanced NASA Bond Coat Compositions (Task 1 Six Runs): Multicomponent rare earth containing metallic bond coat and multicomponent oxide-rare earth-HfO₂ silico-silicate composite toughening based EBC bond coat systems shall be processed onto NASA supplied ceramic matrix composite (CMC) substrate specimens or subelements with Six (6) bond coating processing runs, using NASA specified bond coat compositions and 127 to 150 micrometers total thickness requirements. The runs shall be processed in controlled temperatures and low oxygen partial pressure, and using plasma activation to achieve high density and composition uniformity. The bond coat processing shall use alternating and co-deposition approaches, and each run producing uniform coating thicknesses of 25 to 75 micrometers 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 Ten 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. Ten 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 150 micrometers 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 2005-81. 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 Rd., Cleveland OH 44135 is required. Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail) to Garnette Dutton, Garnette.A.Dutton@nasa.gov no later than 3:30 p.m. JUNE 19, 2015. Telephone questions will not be accepted. Offers for the items(s) described above are due by 3:30 p.m. JUNE 22, 2015 to (Garnette Dutton) Garnette.A.Dutton@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 (APR 2014), 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), 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, 52.232-33. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC15553134Q/listing.html)
 
Record
SN03765489-W 20150618/150616234617-301680abd661e6789c94996bad5a3886 (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.