SOLICITATION NOTICE
K -- FABRICATION OF SIC CERAMIC MATRIX COMPOSITES
- Notice Date
- 8/31/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 313210
— Broadwoven Fabric Mills
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC15561462Q
- Response Due
- 9/9/2015
- Archive Date
- 8/31/2016
- Point of Contact
- Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
- Small Business Set-Aside
- N/A
- 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 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 Quotations (RFQ) for Fabrication of SiC/SiC Ceramic Matrix Composites using Chemical Vapor Infiltration Statement of Work Use CVI reactor to conduct the following tasks: 1.Fabricate ten (10) mini-composites by infiltrating 6-inch long SiC fiber tows. 2.Fabricate ten (10) unidirectional SiC/SiC plies, each of approximate dimension 6x0.5x10 inches, from unidirectional tape. 3.Fabricate five (5) SiC/SiC composite preforms (each of approximate dimension 6x9 or 6x6 inches) by infiltrating 2-D fiber cloth. Assumptions: 1NASA will provide the SiC fiber for all tasks 2The CVI process would require an initial 0.5-m BN fiber coating, followed by SiC infiltration of the BN-coated tow/tape/cloth 3Goal for the mini-composites (from Task 1) and the one-ply composites (from Task 2) would be less than 10% porosity 4Target for the composite preforms (from Task 3) would be 30% porosity (volume%) 5Customer will measure the mechanical properties from each task, compare with other CVI SiC/SiC data & review results with UConn. The provisions and clauses in the RFQ are those in effect through FAC 2005-83 http://nais.nasa.gov/far/. The NAICS Code and the small business size standard for this procurement are 313210 / 1000 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 OHIO 44135-3127 is required. Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail) to dorothy.e.viancourt@nasa.gov not later than September 3, 2015. Telephone questions will not be accepted. Offers for the items(s) described above are due by September 9, 2015 to dorothy.e.viancourt@nasa.gov; procurement 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 (APR 2014), 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 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 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. Other critical requirements: guide line or layout of milestones for the work to be done, shall also be considered. 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 (MAR 2015), 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/NNC15561462Q/listing.html)
- Record
- SN03864143-W 20150902/150831235843-e08e072f4b768f8394e00dc8808c9c93 (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 |