Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2002 FBO #0151
SOLICITATION NOTICE

95 -- NICKEL-BASE SUPERALLOY DISKS

Notice Date
4/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
3-194480
 
Response Due
5/20/2002
 
Archive Date
4/30/2003
 
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756, Fax (216) 433-5489, Email Marilyn.D.Stolz@grc.nasa.gov
 
E-Mail Address
Email your questions to Marilyn D. Stolz
(Marilyn.D.Stolz@grc.nasa.gov)
 
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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). 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 Offer (RFO). The provisions and clauses in the RFO are those in effect through FAC 01-06. The NAICS code is 332510 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. ** THIS IS TO BE A DRAW TYPE CONTRACT NOT TO EXCEED $99,500.00** A. SPECIFICATIONS: The Contractor shall perform machining and/or tests in accordance with the following requirements. Each delivery order shall specify the effort required. 1. MACHINING: The Contractor shall furnish the nickel-based superalloy disk blanks in accordance with the following specifications. The Contractor shall machine specimens from nickel-base superalloy disk material blanks supplied by NASA, as per NASA directions. NASA shall supply the specimen drawings and the materials to the Contractor before the beginning of each task. The quantities that can be machined will be 4, 10, 20 and 30. The Contractor shall machine specimens from among the specimen drawings listed below. The threads of all threaded specimens shall be shot peened while the gage sections are masked for protection from shot peening. The specimen drawing list (drawing number and description)is as follows: 1. FML96481-301,Tensile/creep rupture combination notched-smooth gage specimen 2. FML97523-301, Tensile/creep rupture specimen 3. GEKRB-2,Creep specimen 4. 4013195-002, Tensile specimen 5. 4013195-001, Mini tensile/creep specimen 6. 4013195-601, Tiny tensile specimen 7. 4013195-021, Notched tensile-rupture bar, d=0.160" 8. 4013195-022, Notched tensile-rupture bar, d=0.250" 9. 4013195-851, Table Kt vs. radius for notched bars 2. TESTING: 2A. Tensile Tests - The Contractor shall perform the tensile test(s) specified in the delivery order as follows: The Contractor shall run tension tests according to the latest ASTM E-21 standards for uniform gage specimens, and according to the latest ASTM E-602 standards for sharp-notch tension test specimens. No divots, scribe lines, or notches shall be permitted on the uniform gage specimens. Stress-strain curves as well as tabulated results including elastic modulus, 0.2% yield strength, ultimate tensile strength, fracture strength, % elongation, and % reduction in area shall be provided where applicable both in report form and on a computer disk as Excel spread sheets for tensile tests. Quantities of 4, 10, 20, or 30 will be specified in the delivery order. Stress-displacement curves as well as tabulated results including notch tensile strength shall be provided where applicable both in report form and on a computer disk as Excel spread sheets for tensile tests two weeks after completion of all tests in the task. Tested specimens and final test results shall be returned to NASA Glenn Research Center. 2B. Creep Tests - Tests shall be E-139 interrupted creep, creep rupture and rupture (no extensometer tests as specified in the delivery order. Perform test at an elevated temperature up to 1600F. Startup procedures shall be agreed upon between the Contractor and NASA before beginning testing by first verbal agreement and then followed by a faxed letter of acceptance from NASA COTR. The test will be specified to perform for 100, 500, 1000 and 5000 hour tests. Time-strain curves as well as tabulated results including 0.1, 0.2, and 0.3% creep times, rupture time, and final or rupture elongation and reduction in area shall be provided where applicable both in report form and on a computer disk as data spread sheets. For each test, quanitities of 4, 10, 20, or 30 will be specified in the delivery order. Tested specimens and final test results shall be returned to NASA Glenn Research Center. B. TERMS AND CONDITIONS 1. Period of Performance: The period of performance for the issuance of any delivery orders under this contract shall be 24 months from the effective date of the contract. The actual period of performance for each order issued will be stated on the order. 2. Government-furnished Property: The nickel-based superalloy disk material for machining and tests shall be furnished by the Government. 3. Delivery: Delivery shall be to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135. Shipments shall be marked attention: Timothy P. Gabb, M.S. 49-3. Delivery shall be FOB Destination. Deliveries of partial quantities are encouraged and shall be acceptable for meeting delivery time requirements in large orders. 4. Administration: The NASA COTR assigned to this contract with approval authority shall be Timothy P. Gabb, Mail Stop 49-3, Phone Number (216) 433-3272, e-mail: Timothy.P.Gabb@grc.nasa.gov. Administrative monitoring of this contract shall be Marilyn D. Stolz, Mail Stop 500-306, Phone Number (216)433-2756, Fax Number (216)433-2480, e-mail: Marilyn.D.Stolz@grc.nasa.gov. 5. SCRAP AND INSPECTION All test material scrap shall be returned to NASA, identified according to forging blanking layout and identification number. The machined specimens shall be inspected by the Contractor after machining for meeting drawing specifications, and any discrepancy shall be communicated to the NASA Project Manager via e-mail, immediately for resolution. The notch radius of all notched test specimens shall be recorded and reported. Each specimen shall be separately packaged according to specimen identification number. The specimens shall then be shipped to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 (attn: Tim Gabb, M.S. 49-3), or sent to another location according the NASA instructions. 6. DELIVERY ORDER PROCEDURES (a) Only the Contracting Officer may issue delivery orders to the Contractor, providing specific authorization or direction to perform work within the scope of the contract and as specified in the schedule. The Contractor may only invoice under this contract for the performance of delivery orders and delivery order modifications issued in accordance with this clause. No other costs or charges to this contract are authorized unless otherwise specified in the contract or expressly authorized by the Contracting Officer. (b) Prior to issuing a delivery order, the Contracting Officer shall provide the Contractor with a functional description of the work including the quantity, machining type, and test type desired by the Government. (c) After review and any necessary discussions, the Contracting Officer may issue a delivery order to the Contractor containing, as a minimum, the following: (1) Date of the order. (2) Contract number and order number. (3) The effort to be performed per the specifications above including the quantity, machining and test type desired by the Government. (4) Maximum dollar amount authorized. (5) Delivery schedule including start and end dates. (6) If contract funding is by individual delivery order, accounting and appropriation data. (d) The Contractor shall provide acknowledgment of receipt to the Contracting Officer within 5 calendar days after receipt of the delivery order. (e) The Contracting Officer may amend delivery orders in the same manner in which they were issued. (f) In the event of a conflict between the requirements of the delivery order and the Contractor's approved delivery plan, the delivery order shall prevail. 7. 52.227.14 - RIGHTS IN DATA-GENERAL (Jan 1987) The data required from the above specifications is defined as "unlimited rights data" in accordance with the "Rights in Data General" clause of this contract. 8. CONTRACT TERMS AND BY REFERENCE CLAUSES FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporatede in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C. 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions fo commercial items or components: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a - 10d); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: None C. INSTRUCTIONS TO OFFERORS In order to submit an offer, the following instructions are hereby provided: 1. For those interested Contractors who require the drawings in order to submit an offer, NASA will provide them. 2 The offeror shall prepare their price quotes as follows using the format in Attachment 1. Machining specifications: price each drawing separately for each quanity required. Testing: price each test separately based upon each quantity and hours specified. Prices shall be FOB destination NASA Glenn Research Center. 3. Offerors need to provide an estimated time frame to complete an order for machining and/or testing. Typically, machining is expected to take no more than 6 weeks, specimen machining and testing 7 weeks, and specimen testing only 3 weeks. 4. Offerors may submit pricing for a delivery schedule of less than the typical 6 week machining, specimen machining and testing 7 weeks and specimen testing only 3 weeks. 5. Offerors shall provide the information required by FAR 52.212-1. 6. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://www.grc.nasa.gov/WWW/Procure/rforms.html 7. Offers for the items(s) described above are due by May 20, 2002, 4:30 p.m. GRC local time and may be mailed or faxed to NASA Glenn Research Center, Attn: Marilyn D. Stolz, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. D. EVALUATION AND AWARD FOR BEST VALUE Award will be based upon overall best value to the Government among those offers that meet the technical specifications shown above. Technical acceptablility will be determined by information submitted by the offeror providing a description in sufficient detail to demonstrate their technical expertise and experience concerning their ability to perform the requirements. It is critical that offerors provide adequate detail to allow evaluation of their offer. (See FAR 52.212-1(b)) Unless otherwise stated in the solicitation, for selection purposes, ability to perform the specifications, total price and the best value criteria are essentially equal in importance. The offeror is encouraged to address the best value criteria shown below as part of their offer. Demonstration of the offerors technical expertise can be via a detailed explanation/description of offeror's facilities, the equipment that will be used, personnel, the number of years of work experience of the personnel, prior contracts with points of contact, brochures, etc. or a description of subcontractors and their facilities, equipment, etc. and whether the subcontract is currently in place. BEST VALUE CRITERIA The following criteria will be considered best value for this procurement: 1. EXPERIENCE: An offeror that has performed the "same" types of maching and testing as this procurement as opposed to "similar" types of machining or testing. Offerors shall cite a prior contract example, describing what was performed and provide points of contact. Include the name, address, contract number, and point of contact for any contracts used for this response. 2. DELIVERY: An offer to perform the requirements in less than the typical machining and/or testing stated in paragraph C. INSTRUCTIONS TO OFFERORS. E. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments http://procurement.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#100721)
 
Record
SN00069085-W 20020502/020430213535 (fbodaily.com)
 
Source
FedBizOpps.gov 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.