Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2009 FBO #2822
SOLICITATION NOTICE

68 -- ADHESIVE EVALUATION

Notice Date
8/14/2009
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09307530Q
 
Response Due
9/17/2009
 
Archive Date
8/14/2010
 
Point of Contact
Garnette A Dutton, Buyer, Phone 216-433-2828, Fax 216-433-2480, Email Garnette.A.Dutton@nasa.gov - Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, Email Antoinette.M.Niebieszczanski@nasa.gov<br />
 
E-Mail Address
Garnette A Dutton
(Garnette.A.Dutton@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GRC has a requirement for Six selected candidate film adhesives (which are notidentified in this SOW due to secrecy and proprietary issues, but all commercialadhesives) shall be evaluated by full-size component scale testing involving curved-shapeactual magnets for their comprehensive bonding structural integrity. Exact dimensionsand configuration of the actual magnets are not available for this SOW since they areexport controlled information, but the radius of curvature was within 15 25 mm rangeand single magnet was about size of thumb with about 1 2 mm thick. The magnets shall bebonded to titanium substrate. Custom-designed test fixtures and bonded specimenconfigurations shall be developed to determine the following properties. 1.Static bond strength including load-displacement curves for:a.Six adhesive candidatesb.Four test temperatures, e.g., 23, 120, 170, and 200 Cc.Three repeats per test conditiond.Two loading modes, e.g, Shear and Flat-wise Tension (FWT)2.Dynamic fatigue performance including master stress-number of cycle to failure(SN) curves for:a.Two adhesive candidatesb.One elevated test temperature, e.g., 150 C or higherc.Shear loading mode at any frequency, but between 20 to 200 Hzd.Minimum twelve load levels but at least two long-term cycles to reach 50 millioncycles or moreOther test conditions such as test rate, temperature control, or calibrations shallfollow typical ASTM standards or equivalent standards. With the custom-designed fixtures,NASA-GRC will prepare all test specimens. The offerors shall be able to handle theexport controlled information and shall sign a non-disclosure agreement (NDA).Werequest with the quote, any proprietary rights statements, patent numbers and ASTMstandard numbers. NASA/GRC intends to purchase the items from Cincinnati Testing Laboratories Inc. (CTL). CTL was responsible and worked very closely with GRC team for the last several years todevelop the test methods and to evaluate various adhesive systems for the current ASCconvertors. They produced very satisfactory results. This was a significant investmentfrom both CTL and GRC that should not be wasted. CTLs evaluation with their testhardware and procedures will meet all the requirements and specifications. This willsave GRCs efforts and time significantly. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon September 1, 2009. Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis.A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. 1852.215-84 Ombudsman. (OCT 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the preaward and postawardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is notto diminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first addresstheir concerns, issues, disagreements, and/or recommendations to the contracting officerfor resolution. (b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman, Kirk D. SeablomGRC Orion Project Planning and Control LeadPhone:216-433-5593FAX:216-433-8000Email: Kirk.D.Seablom@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailjames.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of thesolicitation, verify offer duedate, or clarify technical requirements. Such inquiriesshall be directed to the Contracting Officer or as specified elsewhere in this document.(End of clause)An Ombudsman has been appointed. See NASA Specific Note "B".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09307530Q/listing.html)
 
Record
SN01912375-W 20090816/090815002353-0eabc83e7a155327a7e4eb31a25409c2 (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.