SOLICITATION NOTICE
60 -- 1 X 1 WIND TUNNEL SCHLIEREN WINDOWS
- Notice Date
- 8/31/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC15ZLC032Q
- Response Due
- 9/14/2015
- Archive Date
- 8/31/2016
- Point of Contact
- Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-2480, Email sandra.a.brickner@nasa.gov
- E-Mail Address
-
Sandra A Brickner
(sandra.a.brickner@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 Quantity two (2), 1 x 1 Wind Tunnel Schlieren Windows. Schlieren Windows Specifications: A total of two (2) windows are required. Each window is to have the material and finish specifications listed below. The window dimensions are nominally 22.39x13.50x3.0. See the attached drawing #03033M77A001 for precise dimensions. Note the drawing pdf file is a full scale drawing and will require the user to print it at full size or zoom into the drawing to read the details. 1) Material: Fused Silica Glass having Schlieren Optical Quality Equivalent or Superior to Corning HPFS 7980, Inclusion Class 1, Homogeneity Grade B. An interferogram shall be performed on each boule and the results, including inclusion map, and certificate of compliance, shall be provided. 2) Indicated Surfaces ON DRAWING shall be flat within 5 waves in transmission and conform to MIL-0-13830 Scratch and Dig 60-40 Specification. 3) Perimeter surfaces shall be RMS 20 or equivalent (Expected results from a 200 grit grinding wheel). 4) Rubber stamp or laser engrave part number 03033M77001-2015 on specified surface. Tolerances: 0.XX +/- 0.01 0.XXX +/- 0.005 Angular +/- 0.5 Deg. Break Edges +/- 0.0040.06 The provisions and clauses in the RFQ are those in effect through FAC 2005-83. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333314/500 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 is required within fourteen weeks (14) weeks After Receipt of Order. All contractual and technical questions must be in writing (e-mail) to Sandra.A.Brickner@nasa.gov not later than noon on September 10, 2015. Offers for the items(s) described above are due by September 14, 2015 by 4:30pm to Sandra.A.Brickner@nasa.gov and must include, solicitation number, 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, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 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/ office/procurement/regs/nfstoc.html 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: Evaluation and proof of meeting the specifications attached. 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/NNC15ZLC032Q/listing.html)
- Record
- SN03864958-W 20150902/150901000654-4775f52c069544ca112e969c1cdc1961 (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 |