Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2002 FBO #0041
PRESOLICITATION NOTICE

J -- REFURBISH THREE (3) PRIMARY ADAPTERS

Notice Date
1/10/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFQ2-38112
 
Response Due
1/28/2002
 
Archive Date
1/10/2003
 
Point of Contact
Marianne Shelley, Purchasing Agent, Phone (650) 604-4179, Fax (650) 604-4357, Email mshelley@mail.arc.nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone (650) 604-4386, Fax (650) 604-4357, Email rgonzalez@mail.arc.nasa.gov
 
E-Mail Address
Email your questions to Marianne Shelley
(mshelley@mail.arc.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 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 is soliciting quotations for the refurbishment of three (3) Government supplied primary adapters in accordance with the following statement of work. The primary adapters are equipment used in the 11-foot Unitary Wind Tunnel to constrain wind tunnel models in the test section during wind tunnel testing operations. The most critical feature is the male and female tapered conical surfaces that must make almost perfect contact with one another. After a period of time, the surfaces begin to wear. After several hours of usage, the tapered surfaces must be refurbished. Drawings will be available to be transmitted electronically on request. 1. Description: Each primary adapter has a 4.5 inch and a 8.3 inch female conical taper on opposite ends. The work to be performed under this contract incorporates refurbishing both conical tapered surfaces of each primary adapter by building up the worn surfaces with chrome, machine grinding to the specified dimension, and then performing an acceptance test that requires a minimum of 85% surface contact with a customer supplied taper gage. 2. Scope of Work: Refurbish two (2) female tapered surfaces on each the three (3) furnished primary adapters as follows: 2.1. Undercut each of the female conical tapered surfaces approximately .010 inch on the radius. 2.2. Chrome plate each of the female conical tapers approximately .025 inch on the radius. Plating thickness must be sufficient enough to allow a 100% ground tapered surface. 2.3. Grind each of the plated female conical surfaces to fit the corresponding male gage. 2.4. Seated edge distance is critical. The document "Critical Item Development Specification for Mated Conical Tapered Surfaces" will be included with Purchase Order. 2.5. Chamfer the front edge of the female taper, .030 inch x 45 deg. 3. Government Furnished Equipment: Primary Adapter #SR-36 Primary Adapter # SR-41 Primary Adapter #SR-48 Gage #9758-D605-2 (8.3" male) Gage #9758-D107-2M-B (4.5" male) Drawing #A9758D102 Drawing #A9758D119B 4. Quality Management System (QMS): The Contractor shall utilize a quality program capable of providing adequate assurance that the requirements of this specification can be consistently met and compliance demonstrated. 5. Inspection: 5.1. The work shall meet the inspection requirements of the specification document entitled "Critical Item Development Specification for Mated Conical Tapered Surfaces" to be included with Purchase Order. 5.2. Three (3) copies of a Quality Assurance & Inspection Package are required, and shall incorporate the requirements listed below: 5.2.1. Each finished part shall be inspected and validated to demonstrate conformance to the specifications. The Contractor's authorized QA technician shall document compliance to each individual requirement of the drawings, and the specifications outlined in section 2. 5.2.2. Process certification for the chrome plating services incorporated in the finished parts are required. The chrome plating shall be in accordance with QQ-C-320. 5.2.3. Production travelers that outline each manufacturing/inspection operation from start to completion, initialed at each step, by a company authorized QA personnel are required. 5.3. Upon completion of three (3) primary adapters, and prior to preserving and packaging activities, NASA representatives shall perform an inspection of the parts in accordance with the inspection procedure delineated in section 5.1, at the Contractor's facility. The Quality Assurance & Inspection Package shall also be reviewed by NASA at this time. Upon acceptance of the parts and the Quality Assurance & Inspection Package by NASA, the Contractor shall ship the primary adapters, and the customer supplied gages, at the Contractor's expense, to the F.O.B. Point (NASA Ames Research Center.) 5.4. The Contractor shall notify the Government Contracting Officer 14 calendar days prior to the final in-plant inspection. 5. Delivery Schedule: Quotations will indicate the estimated amount of time for delivery of refurbished primary adapters after receipt of the purchase order. 6. Submittals 6.1. Three (3) copies of the Production Traveler shall be submitted to NASA for approval prior to fabrication. 6.2. Three (3) copies of the Quality Assurance & Inspection Package shall be submitted to NASA prior to shipping: 7. Preservation, Packaging, and Marking: The Contractor shall package for shipment all items in the same shipping containers as supplied. The shipment shall be conducted with a creditable firm that is capable of tracking the shipment in the event that any hardware should become lost during shipment. The finished parts shall be preserved in accordance with good commercial practices. The Government will pay all costs to ship two concentric primary adapters, one non-concentric adapter, and three inspection gages to the Contractor. The Contractor shall pay all shipping costs (FOB Destination) to deliver the complete equipment back to NASA Ames Research Center. All items will be shipped to the address and Point of Contact to be listed on the Purchase Order. The Contractor shall notify the Contracting Officer five (5) working days in advance of shipment. The provisions and clauses in the RFQ are those in effect through FAC 97-27. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333512 and 500, 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 to Ames Research Center is required within sixty (60) days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C3. Offerors should provide the following information in their offer: 1. Provide a layout of the facility, and a list of the machinery that is proposed to be used on this project. 2. Provide experience and past performance information as follows: (a) list of three projects of similar complexity to this project within the past three years; (b) briefly describe each project; (c) provide the company name, address and telephone for whom the work was performed; (d) list the contract/purchase order number and dollar amount of these projects. Quotations for the items described above are due by 12:00 Pacific Time, January 28, 2002 and may be mailed or faxed to Contracting Officer, M/S 227-4, NASA Ames Research Center, Moffett Field, CA 94035-1000, FAX: 650-604-4357, 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/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-33. 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 Questions regarding this acquisition must be submitted in writing no later than 1/22/02. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: 1. The facility, tools, machinery, and equipment that the offeror proposes to use on this project, 2. The offeror's previous three years of experience and past performance information, 3. Cost, and, 4. The proposed delivery time for the items. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation 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 NASA Specific Note "B". Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=21 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). 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://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=21#99814)
 
Record
SN20020112/00013609-020111090845 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.