SOLICITATION NOTICE
66 -- SPARK PLASMA SINTERING SYSTEM
- Notice Date
- 8/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333994
— Industrial Process Furnace and Oven Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC09205910Q
- Response Due
- 9/8/2009
- Archive Date
- 8/24/2010
- Point of Contact
- Carol J. Cobbs, Contracting Officer, Phone 216-433-2771, Fax 216-433-2480, Email Carol.J.Cobbs@nasa.gov
- E-Mail Address
-
Carol J. Cobbs
(Carol.J.Cobbs@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for an "SPS" Spark PlasmaSintering System, qty 1 ea to include installation and training, qty 1 job, in accordancewith the following specifications:SPS Specifications:1.Front Loading Chamber2.Capable of fabricating a 6 inch diameter sample3.Maximum Temperature: 2400C in argon, nitrogen, or vacuum4.Pressing Capability: total force of 25 tons5.Capable of supplying 10,000 amps at 10 VDC 6.Process Gases: Argon, Nitrogen or Inert gases7.Ultimate Vacuum Level:10-3 torr range Leak rate <1.0 x 10-8 atm. std.cc/second8.Chamber stainless steel construction9.Viton O-rings for seals10.View port for optical pyrometer11.Port for vacuum system12.View Port with manual shutter13.Ammeter and voltmeter to read average output amps and volts14.Current or voltage mode operation15.Adjustable waveform control Pulse on- 4 to 999 milliseconds, Pulse off 1 to999 milliseconds.16.DC wave form - manually adjustable or programmable17.Vacuum/Pressure sensor and indicator18.Safety flow interlock sensors for cooling water19.Manual valves for flow adjustment of cooling water20.Ram position read out21.Digital electro-hydraulic servo-control22.Programmable temperature controller23.Close loop control of ram force24.10 or greater ram travel 25.High temperature thermocouple26.Computer with 19 LCD27.Data acquisition software record force, temperature, gas pressure, ramposition, voltage and amperage.28.Pressure gauge for visually monitoring hydraulic pressure29.Proportional pressure control valve for manual and programmed pressure control30.Water-cooled stainless steel rams31.Hydraulic power supply includes pump, oil reservoir and filters32.Tooling set (precision machined, fine grain, high density, high purity graphite) Die, Upper punch, Lower punch, Upper and lower ram spacersThe provisions and clauses in the RFQ are those in effect through FAC 2005-36.The NAICS Code and the small business size standard for this procurement are 333994 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 isrequired within 22 weeks. Delivery shall be FOB Destination.INSTRUCTIONS TO OFFERORSOffers for the items(s) described above are due by close of business September 8, 2009,to NASA/Glenn Research Center, Attn: Carol J. Cobbs MS 500-306, 21000 Brookpark Road,Cleveland OH 44135 or carol.j.cobbs@nasa.gov; and must include, solicitation number, FOBdestination to this Center, proposed delivery schedule, proposed shipping charges, discount/payment terms, warranty duration (if applicable), taxpayer identification number(TIN), CAGE Code, DUNS number, identification of any special commercial terms, and besigned by an authorized company representative. Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph:"The offeror has completed the annual representations and certifications electronicallyvia the ORCA website at http://orca.bpn.gov. After reviewing the ORCA databaseinformation, the offeror verifies by submission of this offer that the representationsand certifications currently posted electronically at FAR 52.212-3, OfferorRepresentations and Certifications--Commercial items, have been entered or updated in thelast 12 months, are current, accurate, complete and applicable to this solicitation(including the business size standard applicable to the NAICS code referenced for thissolicitation), as of the date of this offer and are incorporated in this offer byreference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identifythe applicable paragraphs at (b) through (j) of this provision that the offer hascompleted for the purposes of this solicitation only, if any.]" These representations and certifications will be incorporated by reference in anyresultant contract.Representations and Certifications may be obtained via the internet at URL:http://orca.bpn.gov.Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:52.222-50, 52.203-6, 52.219-4,52.219-8, 52.219-28,52.22-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39,52.225-1, 52.225-13, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Carol J.Cobbs not later than August 31, 2009.TELEPHONE QUESTIONS WILL NOT BE ACCEPTED.EVALUATION CRITERIASelection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Technical merit shall be defined as proof of ability tomeet all specifications. The inclusion of an on-site acceptance test in offersshall beviewed as a best value criteria. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).An ombudsman has been appointed -- See NASA Specific Note "B".It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09205910Q/listing.html)
- Record
- SN01924489-W 20090826/090825003118-1831a4b27fcd2b400b4be2f396dfb241 (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 |