SOLICITATION NOTICE
95 -- PROCESSING OF EXPERIMENTAL NITIHF ALLOY
- Notice Date
- 4/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331512
— Steel Investment Foundries
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC14509499Q
- Response Due
- 4/24/2014
- Archive Date
- 4/17/2015
- Point of Contact
- Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information 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; 12 BARS (2 HEATS), Processing of a NiTi-20Hf Alloy, Statement of Work & Requirements, Introduction: This procurement is for processing of an experimental NiTi-20Hf shape memory alloy developed by NASA GRC.The alloy requires unusually strict compositional control (an order of magnitude greater than typical commercial alloys) and is also high in Ti and Hf (which are very reactive elements) and thus is extremely difficult to process. Statement of Work: Induction melt (using a cold-hearth technique for compositional/impurity control) two 60 lb. (or one 120 lb.) heat(s) (minimum) of the following composition: 37.17Ni-17.9Ti-44.93Hf weight percent alloy. For compositional control, casting must use previously formed 37.17Ni-17.9Ti-44.93Hf weight percent skull.Cast all materials into 1.25 x 25 long billets, using copper chill molds for rapid solidification. Requirements: 1. Demonstrated experience in the melting of 37.17Ni-17.9Ti-44.93Hf weight percent shape memory alloys is required. A material sample must be made available for characterization by GRC personnel to demonstrate expertise. Sample will need to have strain-temperature properties equivalent or better than that shown Figure 2 and elaborated on in Tables 1 and 2 described in Bigelow et al., Scripta Materialia 64 (2011) 725-728. 2. Melting can only be performed using cold hearth techniques. No ceramic or graphite crucibles due to impurity concerns. 3. Compositional control of Ni-Ti-Hf should be to +/- 0.3 percent absolute. Aim composition is: 37.17Ni - 17.9Ti - 44.93Hf (weight percent). 4. Carbon should be less than 0.015 wt. percent / Oxygen should be less than 0.04 wt. percent. 5. Martensite start transformation temperature (Ms), should be between 130 150 degrees C for material homogenized and aged 550 degrees C / 3 hrs. 6. Best effort basis will be accepted if expertise can be demonstrated in processing of an alloy of this composition as described in 1. The Government intends to acquire a commercial item using FAR Part 12. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. The provisions and clauses in the RFQ are those in effect through FAC 2005-72. FAC CAN BE OBTAINED FROM http://nais.nasa.gov/far/. The NAICS Code and the small business size standard for this procurement are 331512 / 500 respectively. The offeror shall state in their offer their size status for this procurement. Delivery to: NASA GLENN RESEARCH CENTER,, 21000 BROOKPARK ROAD, CLEVELAND OHIO 44135-3191, is required. Delivery shall be FOB Destination. Offers for the items(s) described above are due by - THURSDAY APRIL 24, 2014 to DE VIANCOURT - EMAIL - DOROTHY.E.VIANCOURT@NASA.GOV 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 authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: none FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-50 (With ALT I) COMBATING TRAFFICKING IN PERSONS 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACTOR AWARDS 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.209-10 PROHIBITION OF CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.222-3 CONVICT LABOR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-21 PROHIBITION OF SEGREGATED FACILITIES 52.222-26 EQUAL OPPORTUNITY 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-1 BUY AMERICAN ACT--SUPPLIES 52.225-3 BUY AMERICAN ACT--FREE TRADE AGREEMENTSISRAELI TRADE ACT 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFERSYSTEM FOR AWARD MANAGEMENT The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to De Viancourt not later than TUESDAY APRIL 22, 2014. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Following all specs above. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi.Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14509499Q/listing.html)
- Record
- SN03342050-W 20140419/140417235522-206abade79f43483b3defc1d707521af (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 |