Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2002 FBO #0103
SOLICITATION NOTICE

93 -- COATED FIBER PREFORMS AND FIBER REINFORCED CERAMIC MATRIX COMPOSITES

Notice Date
3/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFO3-192454
 
Response Due
3/21/2002
 
Archive Date
3/13/2003
 
Point of Contact
Ronald L. Matthews, Contract Specialist, Phone (216) 433-2766, Fax (216) 433-2480, Email Ronald.L.Matthews@grc.nasa.gov
 
E-Mail Address
Email your questions to Ronald L. Matthews
(Ronald.L.Matthews@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 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). The Glenn Research Center is in the process of persuing the award of an Indefinite Delivery Indefinite Quantity draw type contract for coated fiber preforms and fiber reinforced ceramic matrix composites. The contract shall not exceed $500,000.00. The contract period of performance shall be for 1 base year with 4-1 year options. Companies may submit an offer based on the following statement of work: I. The manufacturer shall supply coated fiber preforms and fiber reinforced ceramic matrix composite articles based on chemical infiltration (CVI) process technology. II. Coated preforms shall consist of flat plates up to 9" x 9" in size with typical thickness of 0.08" to 0.15". Fiber preforms shall be either T-300 carbon, ceramic grade Nicalon, Hi Nicalon or Sylramic SiC multifilaments in form of 2D lay-ups of woven fabric. Coating shall consist of either BN/SiC Duplex coated systems. In addition, coated preforms of various shapes such as cylinders or vane shapes shall be produced. III. The following capabilities shall exist at one CMC manufacturer who has licensed technology for CMC processes. Ceramic matrix composite articles shall consist of the following: A. Flat plates up to 9" x 9" in size, either whole or cut into mechanical, and/or thermal property specimens, made from either SiC.SiC or C/SiC fiber reinforced composite materials. B. Fiber preforms in 2D and 3D architectures woven/braided from state-of-art SiC fibers including Hi-Nicalon-S, Sylramic, and Instu Sylramic fiber types. C. BN Interfacial fiber coating with controllable Silicon content by chemical vapor infiltration into the preforms using the same reactor for all CMC parts. D. Near-Stoichiometric SiC matrix over-coating by chemical vapor infiltration using the same reactor for all CMC parts. E. Furnace capability over 1600 degrees C for inert annealing of the CVI SiC matrix for all CMC parts. F. Infiltration of the SIC particulate slurry into the residual open-porosity in the CVI SiC matrix for all parts with a particulate fill-ratio of greater than 45%. G. Melt infiltration of silicon and silicon alloys into remaining open porosity of CVI SiC matrix for all CMC parts with melt fill ratio of greater than 90%. H. Various prototypes such as turbine vanes and/or turbine blades of thrusters etc., are to be made from either SiC/SiC or C/SiC fiber reinforced composite material. The NASA UEET Program, and the NASA Advanced Space Transportation Program, also requires that for optimizing part performance, versatility, reproducibility, and quality control as well as for minimizing part acquisition cost and delivery time. The provisions and clauses in the RFQ are those in effect through FAC 97-02. The NAICS Code and the small business size standard for this procurement are 327999 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 shall be to GRC and will be defined when each modifications is awarded. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:30pm EST on 3/21/02] and may be mailed or faxed to NASA-Glenn Research Center, Attn: Ronald L. Matthews, MS 500-306, 21000 Brookpark Rd., Cleveland, OH 44135; Fax number (216)433-2480 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. [INSERT CLAUSE NUMBERS THAT ARE APPLICABLE] 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 3/18/02. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). 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=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) N/A. 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=22#100608)
 
Record
SN00042230-W 20020315/020313213346 (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  © 1994-2020, Loren Data Corp.