Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

B -- TRADE STUDY ON DUAL MICROSTRUCTURE HEAT TREAT TECHNOLOGY

Notice Date
4/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03-C3D-01
 
Archive Date
4/7/2004
 
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) because NASA/GRC has a requirement for a Trade Study on Dual Microstructure Heat Treat Technology (DMHT). These recent advanced heat treat techniques will allow designers of gas turbine aircraft engines to utilize superalloy disks with a dual grain structure, i.e. coarse grain rim and fine grain bore. The flexibility afforded by DMHT technology could allow enhanced creep resistance in the rim while maintaining high strength levels in the bore. This procurement is for a 6 (six) month effort to study this issue. The study will be competed among gas turbine aircraft engine companies only. A gas turbine aircraft engine will be selected to compare DMHT technology with current heat treat technology, i.e. subsolvus or supersolvus solution heat treatment, for nickel-base turbine disks. At least 2 (two) dramatically different disk designs will be evaluated. An example of this choice might be commercial versus military engine or small versus large engine. At a minimum, the study shall include the effects compressor discharge temperature, T3, and the location of the transition zone on performance, safety, and cost. Estimated material properties to be used in this study will be provided by NASA, if desired. The Contractor will be required to issue a NASA Contractor Report covering this effort. Upon completion of the 6 month effort, NASA may elect to fund a second phase starting in Fiscal Year 2004, to continue a more detailed design of DMHT disk technology based on results of the initial study. A May 1, 2003 award date is anticipated. The provisions and clauses in the RFQ are those in effect through FAC 01-12. The NAICS Code and the small business size standard for this procurement are 541710 and 500 employees, 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 the Glenn Research Center is required within 6 months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30pm EST on 4/28/03 to NASA-Glenn Research Center, Attn: Ronald L. Matthews, MS 500-306, 21000 Brookpark Rd., Cleveland, OH 44135 OR Fax number (216) 433-2480 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.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, 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 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (May 2002), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: [INSERT CLAUSE NUMBERS THAT ARE APPLICABLE FROM PARAGRAPHS (b) AND (c), e.g., 52.222-26]. 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 All contractual and technical questions must be in writing (e-mail or fax) to Ronald L. Matthews, MS 500-306 not later than 3/14/03. Telephone questions will not be accepted. 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 (70%) based on a brief description of the planned effort and price (30%) based on the engineering manhours NASA procures as well as any company sponsored engineering manhours for this effort. 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, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#105141)
 
Record
SN00297614-W 20030409/030407213750 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.