Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

66 -- VACUUM OVEN

Notice Date
9/18/2009
 
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
NNC09312726Q
 
Response Due
9/25/2009
 
Archive Date
9/18/2010
 
Point of Contact
Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov - Garnette A Dutton, Buyer, Phone 216-433-2828, Fax 216-433-2480, Email Garnette.A.Dutton@nasa.gov
 
E-Mail Address
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 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 a Vacuum Oven.The NASA Glenn Polymers Branch is actively processing oven cured epoxy compositematerials. This class of materials requires a large vacuum oven with precise temperaturecontrol among other numerous specifications. The purpose of this system is to allowproduction of multiple composite systems of current interest to the Advanced CompositesTechnology program.1. The oven shall be an electrically heated oven. 2. The oven shall be able to achieve an average air heat up rate of 1.0F/minute to10F/minute. 3. Oven shall be capable of maintaining average temperature to within 5F of setpointwithin the oven working space.4. Oven shall be capable of maintaining temperature at all points within the oven towithin 10F of the actual average chamber temperature. 5. Oven shall have either horizontal air flow or both horizontal and vertical air flow.6. The oven shall have a bank of passive vacuum transducers for measuring the partvacuum during processing that is not connected to the active vacuum. The active vacuumports shall have external valves that can be closed allowing for measuring vacuum drop attemperature. The oven shall have standard active vacuum transducers as well as athermocouple bank. All of this should be linked into a digital recording unit.7. Oven shall be capable of operating at 1000F.8. The manufacturer shall offer a main power disconnect switch with the door interlock.9. The manufacturer shall offer the option for at least 6 position type J thermocouplejack panels with connectors.10. The manufacturer shall offer the option for at least 6 vacuum ports11. The oven shall have the option of including a controller which allows at least 5separate programs to be set, with a minimum of 16 segments per program. The provisions and clauses in the RFQ are those in effect through FAC _2005_-36. This procurement is a total small business set-aside. See Note 1The NAICS Code and the small business size standard for this procurement are 333994, 500 respectively. The offeror shall state in their offer their size status for thisprocurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK RD., CLEVELAND OH 44135, isrequired within 45 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by SEPT. 25, 2009 to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK RD., CLEVELAND OH 44135 and must include, solicitationnumber, shipping information, proposed delivery schedule, discount/payment terms,warranty duration (if applicable), taxpayer identification number (TIN), identificationof any special commercial terms, and be signed by an authorized company representative.Offerors may use the Standard Form 1449, e-mail or fax Solicitation/Contract/Order, forCommercial Items the form is found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1.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.Addenda to FAR 52.212-4. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 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 DeViancourt not later than _Tue Sept. 22, 2009. Telephone questions will not be accepted. Selection 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. Other critical requirements: such as Delivery andMaintenance shall also be considered. It is critical that offerors provide adequatedetail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. An ombudsman has been appointed -- See NASA Specific Note "B". 1852.215-84 Ombudsman. (OCT 2003) Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation 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/NNC09312726Q/listing.html)
 
Record
SN01961406-W 20090920/090919001013-d2d983c16258799b0b939ec7aadc2c14 (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.