SOLICITATION NOTICE
93 -- CMC HONEYCOMB CELLS CMC HONEYCOMB ACOUSTIC PANELS
- Notice Date
- 7/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11392347Q
- Response Due
- 8/9/2011
- Archive Date
- 7/27/2012
- Point of Contact
- Janet M Abrams, Buyer, Phone 216-433-2457, Fax 216-433-2480, Email Janet.M.Abrams@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Janet M Abrams
(Janet.M.Abrams@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 RFQ. NASA/GRC has a requirement for 4 each Oxide/Oxide CMC Honeycomb Cells, 1 each Honeycomb Acoustic Panels. The specificationsare as follows:Oxide/Oxide CMChoneycomb cells with CMC facesheets bonded to form a sandwich structure(four test articles total for each: facesheets will be parallel to each other). Topfacesheet will have perforations (holes): 40 mils diameter. Spacing:0.125 typicalspacing for acoustic liner material. Cells are to hexagonal in shape.Geometry (Length,Width, and Depth, in inches). (A) L=2, W=2, D=0.5; (B) L-2, W-2, D-1.5, (C) L=2, W-2,D-3, (D) L=2, W=2, D=6.Oxide/Oxide CMC honeycomb cell structure with CMC facesheets bonded to form a taperedsandwich structure. Top facesheet will have performations (holes): 40 mils diameter. Spacing: 0.125. Cells will be hexagonal in shape. Cells are oriented perpendicular tothe top facewheet. Geometry (Length, Width, and Depth, in inches). L=16, W=2, D= rangesfrom 0.5 on one end to 3 on the opposing end.The provisions and clauses in the RFQ are those in effect through FAC _2005_-53 http://nais.nasa.gov/far/.The NAICS Code and the small business size standard for this procurement are 336413, 1000employees 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, RECEIVING BLDG. 21,CLEVELAND, OH 44135-3127. Delivery shall be FOB Destination.Offers for the items(s) described above are due by close of business August 9, 2011 toNASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, CLEVELAND, OH 44135-3127 and mustinclude, solicitation number NNC11392347Q, FOB destination to this Center, proposeddelivery schedule, 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. Addenda to FAR52.212-1 are as follows: If the end product(s) offered is other than domestic endproduct(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offerorshall so state and shall list the country of origin.FAR 52.212-4 (JUNE 2010), 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 All contractual and technical questions must be in writing (e-mail or fax) to Janet M.Abrams NOT later than close of business August 2, 2011. Telephone questions WILL NOT beaccepted.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 (MAR 2011), 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.NASA Clause 1852.215-84, Ombudsman, is applicable. The Installation Ombudsman is Kirk D.Seablom (Kirk.D.Seablom@nasa.gov).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/NNC11392347Q/listing.html)
- Record
- SN02513078-W 20110729/110727235809-3e7a52b02ac5ab65e712c69fdd884fd4 (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 |