Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

34 -- AUTOMATIC CUT-OFF SAW

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFQ2-38194-MXS
 
Response Due
8/29/2002
 
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 plans to purchase an automatic cut-off saw for use in the Thermal Protection Materials and Systems Branch. It will be used to cut specimens for large ultra-high temperature ceramic billets. The system specifications have the following requirements: 1. Unit must be capable of cutting dense hafnium diboride ceramic materials with diameters of 3 inches and greater. 2. Unit must be able to accept diamond blades in the range from 10 inches to 14 inches in diameter. 3. Unit must have a minimum 6 horse-power motor. 4. Unit must be automatic and programmable. 5. Unit must have options for both oscillating and direct cutting modes and must be able to rapidly be switched between the two modes. 6. Unit must have the ability to have a constant feed rate. 7. Unit must have a minimum range of feed rates from 0.05 to 3 mm/s and be adjustable at increments of a maximum of 0.05mm/s. 8. Unit must have the ability to automatically reduce the feed rate to allow for optimum cutting speeds without detriment to the sample or equipment. 9. Unit must have a preset stop function with a range between 0 and 223 mm that will allow the operator to choose the depth at which the cut will stop automatically. This is critically important when we do not wish to cut all the way through the sample. 10. Unit must have an auto-stop function so that it will automatically stop when the specimen has been sectioned. 11. Unit must have a continue function such that if the operator stops the unit part way through the cut to check the sample, and then wishes to continue the cut, the unit will automatically return the cut-off wheel to its previous position and resume cutting where it had left off. 12. Unit must have the option to have a programmable return. 13. The acceptable size of the work pieces must be at least 5 inches in height, 16 inches in width and 24 inches in length. 14. Fixtures must be included with the unit that allow at least 3 inch diameter X 4 inch long cylinders to be precisely cut. 15. System must come with on-sight training. 16. System must come with at least 2 diamond cut-off wheels of 350mm diameter. 17. System must come with a recirculating cooling system. 18. System must allow for the recirculating water to be bypassed to allow for dry cutting. The provisions and clauses in the RFQ are those in effect through FAC 01-08. The NAICS Code and the small business size standard for this procurement are 333512 and 500 employees, 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 Nasa Ames Research Center is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the item described above are due by August 29, 2002, 12:30 P.M. Pacific Time and may be mailed or faxed to Marianne Shelley, NASA Ames Research Center, M/S 227-4, 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: 1852.204-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health, 52.232-93 Submission of Invoices-Fixed Price, 52.222-3, 52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.225-3, 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 August 21, 2002. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: 1. Technical Acceptability; 2. Delivery; 3. Past Performance; and 4. Cost. 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. These requirements include: 1. Ease of use, maintenance, and support; and 2. Quoters must provide two references of previous orders for the item quoted. 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://prod.nais.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://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#102729)
 
Record
SN00140932-W 20020816/020814213944 (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.