|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2,1998 PSA#2003NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 99 -- BASIC ORDERING AGREEMENT FOR MANUFACTURE AND ASSEMBLY OF
HYPERSONIC NOZZLES AND PRECISION RESEARCH HARDWARE SOL 1-081-GJBJ.1089
DUE 020198 POC Mozetta A. Edwards, Contract Specialist, Phone
(757)-864-2437, Fax (757) 864-8863, Email M.A.EDWARDS@larc.nasa.gov
WEB: Click here for the latest information about this notice,
http://procurement.nasa.gov/EPS/LaRC/date.html#1-081-GJBJ.1089. E-MAIL:
Mozetta A. Edwards, M.A.EDWARDS@larc.nasa.gov. NASA/LaRC plans to issue
a Request for Offer (RFO) for qualified small businesses to enter into
Basic Ordering Agreements (BOAs) for orders to be issued through
competitive procedures as requirements develop. Firms holding BOAs may
submit offers for each order issued, and the low offeror will enter
into a firm fixed price contract for the order requirements. Work
required by orders will include precision machined components of
various sizes as well as both internal and external contoured surfaces.
Normally dimensional tolerances of -0.005 of an inch with a waviness
restriction of -.001 (over a 1.00-inch length) and surface finish of 32
RMS will be required, however, dimensional tolerances as precise as
-.0005 of an inch waviness (over a 1.00-inch length) and surface finish
of 2 RMS will be required on some components. Basic ordering agreements
will only be established with those firms determined to be qualified on
the basis of the following criteria: 1. Ability to manufacture
Hypersonic Nozzles and Precision Aerospace Research items or assemblies
to close tolerances (-.005 of an inch) with a waviness of -.001 over a
1.00-inch length and a surface finish of 2 RMS will be required on
some components. 2. Ability to manufacture and/or assemble mechanical,
hydraulic, pneumatic, and other devices. 3. Ability to provide all
services necessary to manufacture nozzles with complex internal
contours/bores as well as components and/or assemblies that may be
models with contoured surfaces. 4. Technical expertise to fabricate
components from a variety of material such as metals, moldable
materials, composite reinforced resins, wood, quartz, ceramics or any
combination of the above. 5. Past experience in the manufacture of
precision research hardware and components and the precision machining
of exotic materials. 6. Ability of Prime Contractor to perform a
minimum of 50 percent of the work in their own facility. The contractor
shall submit a list of subcontractors and their qualifications for
approval. 7. System equipment and procedures that will be used to
inspect precision hardware and components as well as contoured surfaces
(both internal and external) during manufacture, fabrication and upon
completion. 8. Description, availability, and quality of all equipment
planned for use on this contract, and a history of the offeror s
experience (includes resumes of key personnel), with this equipment. As
a minimum the offeror will be required to address the following items:
A) Jig Borer; B) Engine Lathes; C) Milling Machine; D) Electric
Discharge Machine; E) Sheet Metal Shears and Breaks; F) Welding
Equipment; G) Quality Assurance and Inspection Equipment (including
3-Axis Coordinate Measuring); H) Contour Machining (including 3-Axis
M.X. Machining and 2-Axis N.C. Lathe); I) Metal Surface Finishing; J)
Orifice and Thermocouple Installation; K) Lapping and Honing; L)
Electron Beam Welding; M) Vacuum Brazing; N) Heat Treatment; O) Deep
Hole Drilling; P) X-ray and Ultrasonic Inspection; Q) Pressure Vessel
Certification; R) 3-Axis Coordinate Measurement of Components over
30-inch diameter and 5 feet in length. The Government does not intend
to acquire a commercial item using FAR Part 12. See Note 26. This
procurement is a total small business set-aside. See Note 1. The SIC
Code and Size Standard are 8731 and 1,000 employees, respectively. The
DPAS Rating for this procurement is DO-C2. The provisions and clauses
in the RFO and model contract are those in effect through FAC 97-02.
All qualified responsible sources may submit an offer which shall be
considered by the agency. The solicitation is available on a continuous
basis. Offers are due by February 1 and August 1 of each year.
Proposals received during the year will be evaluated during the 90-day
period following the above dates. For example, proposals received
February 2 will be held for the evaluation beginning August 1. An
ombudsman has been appointed -- See Internet Note "B". The solicitation
and any documents related to this RFO (with the exception of Exhibits
A and B and Drawings) will be available over the Internet. These
documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0,
PowerPoint 4.0) format and will reside on a World Wide Web (WWW)
server, which may be accessed using a WWW browser application. The WWW
address, or URL of the NASA/LaRC Business Opportunities home page is
http://procurement.nasa.gov/EPS/LaRC/class.html. Hard copies of
Exhibits A and B and all drawings may be obtained from the Bid
Distribution Office at (757) 864-2547. Prospective offerors shall
notify this office of their intent to submit an offer. Any referenced
notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. (0364) Loren Data Corp. http://www.ld.com (SYN# 0180 19980102\99-0002.SOL)
99 - Miscellaneous Index Page
|
|