Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOLICITATION NOTICE

95 -- FATIGUE CRACK GROWTH KB BAR SPECIMENS

Notice Date
6/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC14516973Q
 
Response Due
6/30/2014
 
Archive Date
6/17/2015
 
Point of Contact
Garnette A Dutton, Buyer, Phone 216-433-2828, Fax 216-433-5489, Email Garnette.A.Dutton@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Garnette A Dutton
(Garnette.A.Dutton@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is being issued as a Request for Quotations (RFQ) for Machining of quantities of 3, 5, and 10 Nickel-Based, Crack Growth Specimens. Statement of Work for Disk Superalloy Specimen Machine: FATIGUE CRACK GROWTH Kb bar specimens: NASA will supply pancake shaped disk forgings of a nickel based P/M superalloy (approximately 6 diameter x 1.6 thick) from which specimen blanks will be removed to machine Kb bar specimens. The contractor shall remove blanks by an EDM process. The size of the required blanks is specified in the attached drawing. The blanks shall be inertia welded with contractor supplied IN718 grip ends, then machined per attached drawing of the NASA Kb bar specimen geometry. The starter notch shall be EDMed as specified in the drawing. The remnants shall be labeled and returned to NASA. Please ship all Kb specimens as soon as available. For specifications see attached two (2) drawings. The contractor shall quote delivery of specimens based on lot sizes of3, 5 and 10. NASA will supply to the contractor material to be machined over a 24 month period. The first batch of material will be shipped to the contractor within 60 days of award. The provisions and clauses in the RFQ are those in effect through FAC 2005-74. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 332999, 750 respectively. The offeror shall state in their offer their size status for this procurement. 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 is required. Delivery shall be FOB Destination. Offers for the items(s) described above are due by June 30, 2014 to NASA Glenn Research Center, 21000 Brookpark Rd., Cleveland OH 44135, 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. 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: 52.209-10, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33. 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 (via e-mail or fax) to Garnette Dutton not later than June 23, 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. 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/NNC14516973Q/listing.html)
 
Record
SN03398196-W 20140619/140618000031-7347b4ce871d1e66e08c8ba7ad7075e3 (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.