Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

A -- SYNTHESISATION, MANUFACTURING, AND CHARACTERIZATION OF NEW SPRAYABLE NANOCOMPOSITE THERMOPLASTIC ELASTOMERIC SOLID ROCKET MOTOR INTERNAL INSULATION

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
FY151957400093
 
Response Due
3/18/2005
 
Archive Date
3/22/2005
 
Description
DESCRIPTION: The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a, Firm-Fixed Price (FFP) contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition. AFFTC requires expertise in the following areas: polymer synthesis, polymer nanocomposites, adhesive technology, and coatings technology. polymer/clay nanocomposites and clay surface modification for the study/analysis and fabrication of new sprayable nanocomposite thermoplastic elastomeric solid rocket motor internal insulation on deliverables specified below. The NAICS code is 541710. Contract Line Item Numbers (CLIN) are desired service/deliverable items, suitable substitutes will be accepted, and evaluated technically, based on needs and equivalency to the requirements of requesting activity, Air Force Research Laboratory. The following items/services will be procured: CLIN 001, FIRST INSTALLMENT (Desc: Perform material downselect through coordination of AFRL/PRSM, and submit initial report on path to pursue towards the synthesisation, manufacturing, and characterization of new sprayable nanocomposite thermoplastic elastomeric solid rocket motor internal insulation. Report will outline how a prime candidate for nano-reinforced sprayable thermoplastic elastomer (TPE) will be conducted, incuding showing how the sprayability of the aqueous nanocomposite TPE dispersion will take place.). Submission date to be 2-3 weeks after award reception. CLIN 002, SECOND INSTALLMENT (Desc: Submit interim report on findings based on determination from intitial report, including the latest findings of the research effort outlined through path desided in CLIN 001. Submission date to be 7-8 weeks after award reception. CLIN 003, THRID INSTALLMENT (Desc: Give interim presentation to AFRL/PRSM on research conducted through second installment effort along with a detailed analysis for deliverablility of items of project, specified in CLIN 004. Submission date to be 13-14 weeks after award reception. CLIN 004, FOURTH INSTALLMENT (Desc: Final Report detailing all research activities conducted on the program, including the delivery of four (4) plate test coupons 2?x2? square, and sprayed small convergent cones . Submission date to be 19-20 weeks after award reception for both the final report and deliverables. IN ADDITION to each CLIN item requirement, the prospective bidder must also provide the government contractural point of contact with an overall labor data rate spreadsheet for all parties conducting analysis, and hour break-out of each task performed by CLIN installment. The prospective bidder must also provide a listing of the technical designation of ALL parties working on the project, their labor rate, hours on each CLIN installment, and justification to their contribution to the work. The following government provisions and clauses apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors?Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price - Award will be made to the lowest cost, technically acceptable responsible offeror; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, include the following clauses incorporated by reference: FAR 52.222-19 ? Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); and clause 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer; FAR 52.211-6 Brand name of equal. Offerors quoting on equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the ?equal? item. The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government?s requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6-streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. All interested offerors may submit a quote. This shall be a Firm Fixed price contract. The specifications are listing by CLINs in the description above. Deliverables will be shipped to 302 N. Mecury Blvd, Bldg 8460 Edwards AFB CA 93525-7690. Additional information: Technical point of contact for technical questions: Lt. Laura Moody, 661-275-5093. Contractual point of contact is: Tom Shea, 661-277-9522 fax 661-275-7882. Send all offers via fax by close of business March 16, 2005. Email all inquires to thomas.shea@edwards.af.mil. Additional information can be obtained from Technical Point or Contractual point of contact. FEDBIZOPS web site: http://www.eps.gov/.
 
Place of Performance
Address: Directorate of Contracting - PKTA, 5 South Wolfe Avenue Bldg 2800 Rm 83N, Edwards AFB CA
Zip Code: 93524
Country: United States
 
Record
SN00764569-W 20050310/050308212107 (fbodaily.com)
 
Source
FedBizOpps.gov 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.