|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1998 PSA#2116NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 R -- ULTRA-HIGH TEMPERATURE CERAMICS CONTINUOUS FIBER REINFORCED
CERAMIC CHARACTERIZATION SOL RFQ2-36672-SLC DUE 062598 POC Sharon L.
Connolly, Contracting Officer, Phone (650) 604-6927, Fax (650)
604-4646, Email sconnolly@mail.arc.nasa.gov -- Barbara A. Drake,
Contracting Officer, Phone (650) 604-3002, Fax (650) 604-4646, Email
bdrake@mail.arc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/ARC/date.html#RFQ2-36672-SLC. E-MAIL: Sharon
L. Connolly, sconnolly@mail.arc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format of Federal Acquisition Regulation (FAR) Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation, quotes are being
requested and a written solicitation will not be issued. This
procurement is being conducted under the Simplified Acquisition
Procedures (SAP). NASA Ames Research Center has a need for services to
characterize the properties of different composition and configuration
continuous fiber reinforced ceramics (CFCCs) and compare those results
with control specimens. Tensile testing is to be performed at both
room and elevated temperatures. The CFCCs are in the form of
rectangular panels most of which have been subjected to arc jet testing
resulting in surface temperatures in excess of 30000F with large
thermal gradients across their width. The CFCCs include Ultra-2000
coated and uncoated SiC reinforced ZrB2/SiC (both unidirectional and
cross-ply lay-ups), packed SiC carbon-carbon (C-CAT), and oxidation
inhibited carbon-carbon (SAIC ORCC-215). NASA Ames Research Center will
ship the 26 CFCC panels to be characterized to the vendor upon award.
Each panel is nominally 0.125 inch thick, 6 inches in length and 2.875
inches in width with a 0.063 inch 450chamfer along the perimeter of
one side. From each panel the vendor is to machine 3-three-pin dogbone
tensile specimens in accordance with industry standards (for example
see "Tensile and Creep Testing of Continuous Fiber-Reinforced Ceramic
Composites," CIAC Newsletter Vol. 2, No. 3, June 1992). Modifications
to standard configurations are permitted where necessary to ensure that
the specimens will fail in the gage section and to accommodate
different weave geometries and lay-ups. A more detailed description of
the tasks to be performed in characterizing the properties of the 26
CFCC panels is as follows: 1) Machine 3 three-pin dogbone tensile
specimens from each panel in accordance with industry standards.
Measure the mass and dimensions of each of the 78 specimens before
testing. 2) Measure the tensile properties (tensile strength, strain to
failure) and determine the tensile modulus at room temperature for 57
specimens to be designated. For the remaining 21 specimens measure the
tensile properties and determine the tensile modulus at 21900F in an
inert atmosphere. 3) Where feasible, using the scrap material from
specimen machining, use X-ray radiography to measure density variations
along a representative cross-section of each CFCC panel in the axial
direction (flow direction). Note -- The flow direction will be clearly
indicated on the tested panels along with their identification and
composition. 4) All sample preparation methods, test setups,
procedures, measurements and test results are to be clearly documented
and submitted to NASA-Ames Research Center as a bound report. 5) Tasks
are to be completed and a report delivered within 5 months of award
date. The provisionsand clauses in the RFQ are those in effect through
FAC 97-04. This procurement is a total small business set-aside. See
Note 1. The Standard Industrial Classification (SIC) Code and the small
business size standard for this procurement are 8734 and $5.0M,
respectively. The quoter shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit a quotation which shall be considered by the agency.
Delivery shall be FOB destination. The DPAS rating for this procurement
is DO-C9. Quotations for the item(s) described above may be mailed or
faxed (fax machine capacity is limited to 13 pages) to the identified
point of contact by the date/time specified and 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. Quoters
are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1 with the exception of (d) and (i). The Representations and
Certifications required by FAR 52.212-3 may be obtained via the
Internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/. FAR
52.212-4 is applicable. AR 52.212-5 is applicable and the following
identified clauses are incorporated by reference: 52.222-3, 52.233-3,
52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. Addendum to
FAR 52.212-5 is as follows: ARC 52.232-93. Questions regarding this
acquisition must be submitted in writing no later than June 17, 1998.
Quotations are due by 4:30pm PDST on June 25, 1998, to the attention of
Sharon L. Connolly and should be mailed to NASA-Ames Research Center,
M/S:241-1, Moffett Field, CA 94035. Selection and award will be made to
the lowest priced,technically acceptable quoter. Technical
acceptability will be determined using information submitted by the
quoter in sufficient detail to show that the product quoted meets the
Government's requirements. Quoters must provide copies of the provision
at 52.212-3, Offeror Representations and Certifications-Commercial
Items with their quote. See above for where to obtain copies of the
form via the Internet. An ombudsman has been appointed -- See Internet
Note "B". It is the quoter's responsibility to monitor this site for
the release of amendments (if any). Potential quoters will be
responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). Hard copies may be
obtained from the identified point of contact; however, the closing
date is as stated in this combination synopsis/solicitation, inclusive
of any amendments. Any referenced notes can be viewed at the following
URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0162) Loren Data Corp. http://www.ld.com (SYN# 0075 19980615\R-0008.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|