SOURCES SOUGHT
H -- CERTIFIED WELDING INSPECTION AND NON-DESTRUCTIVE EVALUATION SERVICES
- Notice Date
- 4/12/2007
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC07DE010L
- Response Due
- 4/30/2007
- Archive Date
- 4/12/2008
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A NOTICE OF SOLICITATION, IT IS A REQUEST FOR INFORMATION (RFI). NASA does not intend to award a contract on the basis of this information, but hopes to compile a list of qualified companies who are interested in supplying the required services. This Request for Information (RFI) is to obtain information about Certified Welding Inspection (CWI) and Non-Destructive Evaluation (NDE) services in support of the fabrication of the flight hardware for the Ares I-X Upper Stage Simulator (USS). The USS is composed of twelve segments, often referred to a ?tuna cans? because of their basic shape and their design for ease of stacking. The USS simulates the upper stage of the Ares I-X developmental Flight Test Vehicle (FTV) in support the National Aeronautics and Space Administration?s (NASA) Exploration Vision. This is a Request For Information: NASA Ares I-X Upper Stage Simulator Certified Welding Inspection (CWI) and Non-Destructive Evaluation (NDE) Services: The 18-foot diameter segments will be constructed predominantly from pressure vessel quality ASTM A516 Grade 70 normalized steel plate. Individual segments are mated together along 6-inch wide flanges containing 180 bolts. Flanges are constructed from six arc segments welded together with a double-V butt weld. The body of each segment is composed of rolled 0.5 to 1.0 inch plate and is referred to as the skin. The skin is up to ten feet in axial length and is constructed from two rolled 180-degree pieces joined at each end by a longitudinal butt weld. The full circumference of the skin is welded to a flange at both the top and bottom using a full-penetration corner weld. The NDE services being sought will focus primarily on the volumetric and surface (magnetic particle and visual) inspection of these three critical welds, dubbed flange to flange (F-F), skin to skin (S-S) and skin to flange (S-F), respectively. Each segment will contain approximately 6 linear feet of F-F weldment, up to 20 linear feet of S-S weldment and approximately 114 linear feet of F-S weldment. The joint configuration types requiring inspection are AWS D1.1 qualified weld joints, TC-U4b-GF, B-U2-GF and B-U3-GF, respectively. Additional fillet welds for lifting lugs, gussets, secondary structure and hangers will require surface NDE with acceptance criteria per AWS D1.1 Section 6. The site of performance for the NDE services involved in this RFI is Building 50 of the Glenn Research Center in Cleveland, Ohio, where eleven of the twelve segments will be fabricated. Responses shall be formally submitted in digital format to the e-mail address of the USS Test and Verification (T&V) Lead Engineer below. Respondents will be placed on the Bidders List for future service procurements supporting this project. Responses must be submitted no later than COB on April 30, 2007. Applicable Standards: ANSI/AWS D1.1/D1.1M:2006 Structural Welding Code ? Steel NAS 410 National Aerospace Standard Certification & Qualification of Nondestructive Test Personnel Points of Contact (POC): USS Test & Verification Lead Engineer: William K. Thompson, Glenn Research Center, 216-433-2638, william.k,thompson@nasa.gov Contracting Officer: Michele U. Richter, Glenn Research Center, 216-433-3987, Michele.U.Richter@nasa.gov Services sought: - Certified welding inspection per NASA 410AWS - Radiographic Testing (RT) by Level II inspector per NASA 410 - Ultrasonic Testing (UT) by Level II inspector per NASA 410 - Magnetic Particle Testing (MT) by Level II inspector per NASA 410 - Training of GRC inspection personnel to achieve Level II qualification in MT per NAS 410. RFI Response Content Instructions: At a minimum, the RFI response should include the following: 1. A statement indicating your company?s interest in supplying the requested CWI and NDE services. 2. Information about the company?s ability to support inspection and NDE requirements around the clock, seven days a week, including any additional fees for services provided outside of normal business hours. 3. Hourly rates for RT, UT and MT services provided by either a Level II inspector. 4. Hourly rates for CWI to perform visual inspections. 5. Indication of lead time requirements and any fees imposed for ?immediate service?, i.e., whenever notification time is less than the required lead time. 6. Cancellation policy for services already scheduled and any fees imposed for cancellation of scheduled services. 7. Resumes of key personnel who might provide these services to NASA including certification status per NAS 410. 8. Hourly rates for training GRC personnel to achieve Level II certification in MT per NAS 410. 9. A statement indicating the Level III authority under which the inspection personnel operate. 10. A statement indicating your company?s ability to support the anticipated period of performance from July 2007 through December 2008. 11. A statement indicating whether or not a Government P-card (Visa credit card) is an acceptable from of payment. 12. A statement indicating whether or not your company has an existing GSA contract to provide the above services. If so, indicate the specific services in the contract and the expiration date of the contract. This RFI has no overall page limit and no response will be excluded from review. ALL PROPRIETARY INFORMATION SHOULD BE MARKED. RESPONSES WILL BE HANDLED ACCORDINGLY. RESPONSES SHALL BE SUBMITTED NO LATER THAN COB ON APRIL 30, 2007. This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GRC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offeror's responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
- 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#124278)
- Record
- SN01272451-W 20070414/070412221712 (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 |