SOLICITATION NOTICE
66 -- COMPOSITE CURING OVEN
- Notice Date
- 10/21/2009
- 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
- NNC10312726Q
- Response Due
- 11/9/2009
- Archive Date
- 10/21/2010
- 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) The NASA Glenn is actively processing oven cured epoxy composite materials. This class ofmaterials requires a large vacuum oven with precise temperature control among othernumerous specifications. The purpose of this system is to allow production of multiplecomposite systems of current interest to the Advanced Composites Technology program. The specifications for the Composite Curing Oven are listed below. 1. The oven shall be an electrically heated oven and shall be able to achieve an averageair heat up rate of 1.0F/minute to 10F/minute. 2. It must be capable of maintaining average temperature to within 5F of set pointwithin the oven working space. 3. The oven working space (chamber) shall be at least 2.0wide x 2.0 long x 2.0high. 4. The overall dimensions shall be at maximum 4'6" wide x 3'6" long x 8'0" high 5. Oven shall be capable of maintaining temperature at all points within the oven towithin 10F of the actual average chamber temperature. 6. Oven shall have either horizontal air flow or both horizontal and vertical air flow. 7. The oven shall have a bank of passive vacuum transducers for measuring the part vacuumduring processing that is not connected to the active vacuum. The active vacuum portsshall have external valves that can be closed allowing for measuring vacuum drop attemperature. The oven shall have active vacuum transducers as well as a thermocouplebank. All of this should be linked into a digital recording unit. 8. Oven shall be capable of operating at 1000F. It shall have the following features:A. A Main power disconnect switch with the door interlock. B. At least 6 position type J thermocouple jack panels with connectors. C. At least 6 vacuum ports D. Includes a controller which allows at least 5 separate programs to be set, with aminimum of 16 segments per program. E. Vacuum pump 3/4HP with 12 gallon reserve tank capable of 28 Hg. The provisions and clauses in the RFQ are those in effect through FAC 2005-36. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333994, 500respectively. 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 ROAD., CLEVELAND OHIO 44135-3191is required within 45 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by October 30, 2009 to NASA GLENNRESEARCH CENTER, 21000 BROOKPARK ROAD., CLEVELAND OHIO 44135-3191 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 authorizedcompany 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 or quotes may be submitted oncompany letterhead.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 OCTOBER _28, 2009. Telephone questions will not be accepted. Allquestions will be submitted and then the answers will be posted in the form of amodification to this posting.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) will be supplied with order. 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 will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (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/NNC10312726Q/listing.html)
- Record
- SN01989579-W 20091023/091021235129-0f83f871600c6989f7cc44b00b12eeeb (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 |