Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2010 FBO #3281
SOLICITATION NOTICE

94 -- CMC MATERIALS DEVELOPMENT FOR EXHAUST SYSTEM

Notice Date
11/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11363614Q
 
Response Due
12/17/2010
 
Archive Date
11/16/2011
 
Point of Contact
Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, Email Antoinette.M.Niebieszczanski@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Antoinette M. Niebieszczanski
(Antoinette.M.Niebieszczanski@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 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 provisions and clauses in the RFQ are those in effect through FAC _2005_-46. The NAICS Code and the small business size standard for this procurement are 336411 and1,500 employees respectively. The offeror shall state in their offer their size statusfor this 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 by January 31, 2011. Delivery shall be FOB Destination. Offers for the items(s) described above are due by close of business December 17, 2010and must include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard 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 (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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. 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 Oxide/oxide CMC (ceramic matrix composite) sandwich structure specimens having facesheetsreinforced with Nextel 610 fibers will be fabricated. The panels will be less than 1thick.NASA will provide Nextel 610 fabric/weave for making the CMC facesheets. Twotypes of woven cloth will be utilized. Architecture #1: Generic layer to layer, and Architecture #2: Modified layer to layer. Cloth provided will be 12.5' wide, with a thickness between 0.50 - 0.60'. Extra woven cloth will be provided, allowing the vendor to process small coupons fromeach cloth to evaluate their ability to achieve sufficient matrix densification in thefacesheets, prior to processing the sandwich structures. The following samples should be cut from one sandwich structure panel (so that they areall similar). One 3DW (Three-Dimensional Weave) facesheet CMC sandwich structure panelwill be fabricated from each of the weaves provided. Coupons to be fabricated: Threeflatwise tensile (FWT) samples (3.5' dia.), two flatwise compression (FWC) (3.5' x 3.5'),three edgewise compression (EWC) (6.5' x 2.5'), and three short beam shear (SBS) (6.5' x2.5'). These are standard geometries currently being used in a Govt.-funded program wheresandwich structures are being evaluated. The desired sandwich structures are state-of-the-art oxide/oxide CMC sandwich structuresthat have facesheets reinforced with Nextel fibers. NASA GRC wants to make comparisonsbetween CMC sandwich structures with 2.5/3D reinforcement (in the facesheets) and thosewith 2D reinforcement (in the facesheets).All contractual and technical questions must be in writing (e-mail or fax) to AntoinetteM. Niebieszczanski (antoinette.m.niebieszczanski@nasa.gov or fax 216-433-5489 not laterthan close of business December 7, 2010. 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. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note 'B'. 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/NNC11363614Q/listing.html)
 
Record
SN02328488-W 20101118/101116234535-693e1e51123946472301b73d7421820a (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.