Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
MODIFICATION

47 -- MARS Composite Tubes

Notice Date
3/3/2015
 
Notice Type
Modification/Amendment
 
NAICS
335991 — Carbon and Graphite Product Manufacturing
 
Contracting Office
Department of the Navy, Commander in Chief, Atlantic Fleet, NAVOCEANO, Contracts Branch (N112), Bldg 9134, Stennis Space Center, Mississippi, 39522-5001, United States
 
ZIP Code
39522-5001
 
Solicitation Number
N62306-15-T-B006
 
Point of Contact
Will C. Garrett, Phone: 2286885773, Karen J. Artis, Phone: 228-689-8380
 
E-Mail Address
will.garrett@navy.mil, karen.artis@navy.mil
(will.garrett@navy.mil, karen.artis@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included with or attached to this notice. This announcement constitutes the only solicitation; responses are being requested; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on FEDBIZOPPS. The RFQ number is N62306-15-T-B006. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Changes Notice 20150129. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 335991 Carbon and Graphite Product Manufacturing. Business size standard is 750 employees. This procurement is set-aside for 100% Small Businesses. The Naval Oceanographic Office requests responses from qualified sources capable of providing Composite Tubes meeting specifications: Introduction: The Naval Oceanographic Office (NAVOCEANO), Ocean Sensors Branch collects ambient noise to support navy-wide Ocean modeling databases. Code N912 uses ambient noise acoustical buoys to collect in-situ data in support of this tasking. These tubes shall be used in the MARS (Mobile Acoustic Recording System) under extreme conditions for extended periods of time. Objective: The objective of this SOW is to procure three (3) full length tubes and one short test tube and describes the requirements the contractor shall meet to successfully execute this contract. Scope: To acquire one fully assembled short test tube section and three fully assembled full length tubes. The tubes shall be used in conjunction with other MARS assemblies for various missions. General Information: The contractor shall fabricate, machine, and assemble one short test tube section and three full length tubes for review and inspection by N912 engineers. The Naval Oceanographic Office shall provide the necessary drawings for the vendor to fabricate, machine, and assemble the carbon fiber tube ribs, anodized aluminum end rings, and carbon fiber tubes. Government Furnished Documentation: The Naval Oceanographic Office shall supply the following drawings to the contractor: (see attachments) 1. EA-ME-0940-14 Rev. B CARBON FIBER TUBE RIB 2. EA-ME-0941-14 Rev. B Anodized Aluminum End Ring 3. EA-ME-0942-14 Rev. B Carbon Fiber Tube 4. EA-ME-0943-14 Rev. B COMPOSITE TUBE ASSEMBLY 5. EA-ME-1000-14 Rev. - SHORT COMPOSITE TUBE ASSEMBLY SECTION Requirements: The vendor must at a minimum meet the following certifications: ISO9001:2008 and AS9100C. This means that the vendor's quality management system has been assessed, approved, and certified in the design, development, and manufacture of fiber reinforced composites using braiding, stitching, and resin transfer molding for Aviation, Space, and Defense Industries. The vendor's quality control documentation shall at a minimum meet SAE-AS9102 Revision A standards. The vendor shall use the braiding technique in the construction and manufacture of the composite tubes. The composite material shall be IM7 or better. The following specifications shall be followed: maximum ply density shall not exceed 0.055 lb/cu-in, minimum compressive strength shall not be less than 70 ksi, and the total weight of a full length tube shall not exceed 7 pounds. The vendor shall provide machine custom tooling for fabrication and assembly of the ribs, test tube section, and the full length tubes. The epoxy and carbon fiber used in these assemblies are given on the mechanical drawings: EA-ME-0940-14 Rev B and EA-ME-0942-14 Rev B. The vendor shall use Resin Transfer Molding Process (RTM) to fill the fabric with epoxy. The vendor shall cure the composite pieces according to supplier guidelines. The vendor shall sand the outer layer of the carbon fiber tube smooth and add a thin coat of epoxy to seal the carbon fiber and give the tube a smooth outer surface. The vendor shall use the dimensions in the attached drawings (EA-ME-0942-14 Rev B), after sanding and other finishing work. The vendor shall prepare the inside ends of the tubes for the anodized aluminum end rings to be firmly glued in. The vendor shall glue the anodized aluminum end rings in the proper clocking orientation with an aerospace grade adhesive or comparable bonding agent. The vendor shall supply one test tube section and three full length tubes. The Government will inspect and accept the short test tube section prior to delivery of the three full length tubes. Testing the short section first allows for changes to be made to the full length tubes before they are fully manufactured. If the short tube is unacceptable due to a design problem, the government shall provide the contractor written comments. The government shall make any necessary design changes and if deemed necessary order another short test tube. All changes shall be approved by the Contracting Officer (CO). After receiving approval from the government, the vendor shall then proceed to fabricate and deliver the three full length tubes. If any change to the specified design requirement is requested by the vendor and approved by the CO, the CO may require an additional submittal of the updated design drawings to be submitted within three (3) calendar days after review and approval of any changes. All recommended design or manufacturing changes shall be documented by the vendor and supplied to the Naval Oceanographic Office along with delivery of the tubes. Quality Assurance: The vendor shall comply with all standard industry practices and procedures and manufacturer's specifications. The vendor shall provide a signed copy of all quality checks performed on the individual pieces and the completed assemblies with each delivery. The vendor's shall include a sample set of the Quality Control documentation used to verify the quality of the supplied tubes in the proposal. The vendor shall, at a minimum meet SAE-AS9102 Revision A standards. Delivery: The vendor shall deliver the short test tube section within 6 weeks after receipt of award (ARO). After approval from the Contracting Officer, the three full length composite tubes should be delivered within 6 weeks. Partial deliveries are acceptable before this 6 week deadline. Transportation: The vendor shall provide all necessary packaging and shipping to the Naval Oceanographic Office. Inspection Requirements before Final Acceptance: The Government shall inspect and accept the three full length tubes as stated above for the short test tube to include rigorous pressure testing before final acceptance is provided. The Government shall test to determine proper vendor assembly and the presence of voids in the ply layup. The three full length tubes shall pass the detailed mechanical inspection and rigorous pressure testing, prior to acceptance by the government. The contractor shall allow 30 days for inspection and acceptance of all tubes. Technical Point of Contact: The technical point of contact for this requirement is Robert Clark. The Naval Oceanographic Office, Stennis Space Center, MS, intends to issue a fixed price purchase order. FOB: Destination. The Government reserves the right to make one, multiple or no award resulting from this solicitation. The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Item; FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Item; FAR 52.212-4, Contract Terms and Conditions - Commercial Item; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item; FAR 52.232-33 Payment by Electric Funds Transfer - System for Award Management; FAR 52.219-6 - Notice of Total Small Business Set-Aside; DFARS 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7000 - Buy American - Balance of Payments Program Certificate; DFARS 252.225-7001 - Buy American and Balance of Payments Program. Quoters are reminded to include a complete copy of FAR 52.212-3 and its ALT I with quotes. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, provides the lowest evaluated price for a product meeting or exceeding the acceptability standards set forth in the salient characteristics. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated. The following factors shall be used to evaluate the offers: (a) technical capability of the item offered to meet the minimum needs of the Government and (b) price. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical quotation. The Contract Specialist must receive any questions concerning the RFQ no later than 4:00PM, CST on 3 March, 2015 via e-mail. All questions will be answered and posted to FBO at the end of 4 March, 2015. No questions will be answered after the Q&A period has ended. This announcement will close at 4:00 PM, CST on 6 March 2015. Quotes are to be submitted to Will.Garrett@navy.mil. Oral communications are not acceptable in response to this notice. Quoters shall provide Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in SAM at www.sam.gov and Wide Area Work Flow (WAWF) to be considered for award. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response much clearly indicate the capability of the offeror to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7fef12f26f57a82d43734061515c2515)
 
Place of Performance
Address: 1002 Balch Blvd, Stennis Space Center, Mississippi, 39522, United States
Zip Code: 39522
 
Record
SN03657644-W 20150305/150303235317-7fef12f26f57a82d43734061515c2515 (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.