SOLICITATION NOTICE
68 -- MANUFACTURE OF LOW-MELT VISCOSITY POLYIMIDE RESINS
- Notice Date
- 6/27/2006
- Notice Type
- Solicitation Notice
- NAICS
- 424690
— Other Chemical and Allied Products Merchant Wholesalers
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC06162696Q
- Response Due
- 7/11/2006
- Archive Date
- 6/27/2007
- 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 the manufacture of low-melt viscosity polyimide resins: 55 lbs of a NASA Glenn proprietary low-melt viscosity polyimide resin with an absolute viscosity in the range of 10-15 poise as measured by the Brookfield viscometer at 280 ?C within 1 hour period. The resin is composed of asymmetrical 2,3,3?,4?-biphenyldianhydride [CAS#36978-41-3], 3,4?-oxydianiline and 4-phenylethynylphthalic anhydride. The process requires mixing all the three monomers into a homogeneous powder, and heating the monomer mixture to 450 ?F and maintained the mixture with vigorous stirring at 450 ?F for at least 1 hour until it melted into a viscous solution and fully imidized. The vendor need to make sure it is totally imidized as indicated by Infrared Spectroscopy, before cooling it down and pouring the resin out of the reaction vessel. Then the imidized resin has to be grounded into powders. 1) To qualify for this manufacturing project, the vendor needs to prove its capability to produce or acquire high purity of asymmetrical 2,3,3?,4?-biphenyldianhydride (>98%pure) and electronic grade 4-phenylethynylphthalic anhydride (99% pure), besides the commercially available 3,4?-oxydianiline. 2) The vendor also needs to ensure that the absolute viscosity of the resin meets the requirement of 10-15 poise at 280 ?C over 1 hour period, as measured by theBrookfield Viscometer. Moreover, the vendor needs to prevent lots to lots variation of resin to maintain a low-melt viscosity not exceeding 15 poise. 3) The vendor is required to deliver the first installment of 30 lbs of the ground imide resin powder by August 30, 2006, and the remaining 25 lbs of resin by the end of September 30, 2006. The provisions and clauses in the RFQ are those in effect through FAC 05-09. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 424690 and 100 employees respectively. The offeror shall state in their offer their size status for this procurement. The vendor must provide a MSDS (Material Safety Data Sheet) for the product along with its quote. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn, Attn: Joe Sepich, Bldg. 215, Receiving Dispatch Office, 21000 Brookpark Road, Cleveland, OH 44135 is required per the timeframe cited in the specification. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. ALL prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to submission of a quote or any award of a purchase order. Register at: http://www.CCR.gov or by calling 888-227-2423. Offers for the items(s) described above are due by July 11, 2006 at noon to fax number 216-433-2480 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.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Michele Richter not later than July 3, 2006. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. 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. 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. 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, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. Government-wide Notes: http://www.fbo.gov/Numbered_Notes.html NASA-Specific Notes: http://code210.gsfc.nasa.gov/nasanote.html
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#120887)
- Record
- SN01078733-W 20060629/060627222218 (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 |