Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2003 FBO #0552
SOLICITATION NOTICE

68 -- LAYERED BARRIER COATING

Notice Date
6/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
003-C3A-009
 
Response Due
6/17/2003
 
Archive Date
6/2/2004
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
 
E-Mail Address
Email your questions to Timothy M. Bober
(Timothy.M.Bober@nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for Other Than Commercial Item. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The Government intends to acquire the other than commercial item using the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for Layered Barrier Coatings. Scope of Work: NASA Glenn Research Center (GRC) has requirements to produce a series of multi-layer ceramic oxide coatings with selected compositions and rare earth doping levels to achieve thermal protection, environmental protection, as well as temperature and erosion sensing functions for coated turbine engine components. NASA coating designs shall be implemented to produce protective coatings on NASA-provided substrates that shall be coated and delivered to NASA for testing of coating performance. All coatings shall be deposited on 1?? diameter coupons for performance testing, however, depositions must be performed in a system of sufficiently large dimensions where identical coatings could later be deposited onto turbine engine components such as turbine blades or vanes. All coatings shall be deposited continuously by the Contractor, with no interruption between layers, by electron-beam physical vapor deposition (EB-PVD) using industry standard deposition conditions and rates. Depositions shall be performed in an industrial scale or industrial prototype EB-PVD facility in order to achieve the deposition rates necessary for industry-standard coatings. Continuous deposition is essential in order to achieve the continuous columnar microstructure that provides the coatings with their required strain tolerance. The layered coatings and rare-earth doping shall be produced by co-evaporation of multiple ingot feedstocks along with mechanical shuttering. Coatings shall be deposited at elevated temperatures greater than 1000?aC by EB-radiant heat. Substrates provided by NASA will be one-inch diameter platimum-aluminide-coated Rene N5 superalloy substrates (PtAl/Rene N5) as well as sacrificial carbon substrates that will be used to produce freestanding coatings. Statement of Work: I. Luminescent dopant-layered TBCs The Contractor shall deposit 7wt% yttria-stabilized zirconia (7YSZ) coatings incorporating selected rare earth oxide dopant layers that will function as damage or temperature indicators. The dopant-layered 7YSZ coatings shall be deposited onto PtAl/Rene N5 substrates as well as graphite substrates provided by NASA using the Contractors industrial prototype EB-PVD facility by co-evaporation of multiple ingot feed-stocks. The layered coatings shall be deposited in a continuous fashion without interruption between layers in order to achieve continuous columnar microstructure without distinct microstructural interfaces. Coatings deposition rate shall be equal to standard industrial practice. Coatings shall be deposited at elevated temperatures >1000 0C by EB-radiant heat. Minimum of ten 1??diam PtAl/Rene N5 substrates per run (except for exploratory runs 1 and 2) along with two 1?? diameter graphite substrates. Europia (Eu2O3), terbia (Tb2O3), and dysprosia (Dy2O3) ingots with outer diameter (OD) = 1.05?? shall be provided by NASA. 7YSZ ingot with OD = 1.94?? shall be provided by NASA. A The Contractor shall conduct single dopant layer (~3 at%) trial runs as a precursor to multiple dopant layer runs. Several runs for each dopant composition shall be performed for establishing the optimum deposition parameters that can then be applied in subsequent deposition runs #4 and #5. Run #1: 6 mil Eu2O3-doped 7YSZ/PtAl/Rene N5 (to establish deposition parameters for co-evaporation of europia and 7YSZ ingots) Run #2: 6 mil Tb2O3-doped 7YSZ/PtAl/Rene N5 (to establish deposition parameters for co-evaporation of terbia and 7YSZ ingots) Run #3: 2 mil undoped 7YSZ/6 mil Eu2O3-doped 7YSZ/PtAl/Rene N5 (to gain experience with transition from doped to undoped layers) B. The Contractor shall deposit multilayer doped TBCs (~3 at% dopant). Each layer shall have thickness 2 mils Run #4: undoped 7YSZ/Eu2O3-doped 7YSZ/Tb2O3-doped 7YSZ/PtAl/Rene N5 Run #5: Same as Run #3 above but with lower Eu2O3 and Tb2O3 doping levels (<1 at%) Run #6: 7 mils undoped 7YSZ/1 mil Eu2O3-doped (3 at%) 7YSZ/PtAl/Rene N5 Run #7: 5 mils undoped 7YSZ/1 mil Eu2O3-doped (3at%) 7YSZ/PtAl/Rene N5 Run #8: 5 mils undoped 7YSZ/0.4 mil Eu2O3-doped (3at%) 7YSZ/PtAl/Rene N5 Run #9: 1 mil Eu2O3-doped (3 at%) 7YSZ/7 mils undoped 7YSZ/PtAl/Rene N5 Run #10: 1 mil Dy2O3-doped (1 at%)/6 mil undoped/1 mil Eu2O3-doped/PtAl/Rene N5 II. Environmental Barrier/Thermal Barrier Coating (EBC/TBC) interlayers The Contractor shall deposit graded layers comprised of alternating layers of TBC and EBC compositions for the purpose of reducing the stress concentration at the EBC/TBC interface. The EBC composition shall be mullite and the TBC composition shall be either HfO2-27wt%Y2O3 or ZrO2-Y2O3?VRe2O3 (Re = rare earth element). The number of layers shall range from 10 to 20 layers. Alternating composition sublayers shall have thickness ranging from 5 to 20 microns. Within these ranges, NASA shall specify the number of layers and the thickness of each individual sublayer. ZrO2-Y2O3?VRe2O3 ingot (OD = 1.94??) shall be provided by NASA. Mullite and HfO2-27wt%Y2O3 ingots shall be provided by vendor. Runs #11 and 12: The Contractor shall deposit alternating layers of mullite and HfO2-27wt%Y2O3 onto EBC/Si-coated silicon carbide fiber reinforced silicon carbide matrix composite (SiC/SiC) substrates provided by NASA. The coatings deposited in runs 11 and 12 shall contain different numbers and thicknesses (within ranges described in preceding paragraph) of mullite and HfO2-27wt%Y2O3 layers as prescribed by NASA. Run #13: The Contractor shall deposit alternating layers of mullite and ZrO2-Y2O3?VRe2O3 onto EBC/Si-coated SiC/SiC substrates provided by NASA. The number of layers and the thickness of the individual layers shall be in the ranges described above and will be prescribed by NASA. III. Highly Reflective Multi-Layer Coating Radiation barrier coatings shall be deposited that will exhibit high infrared reflectance due to the coherent interference of reflections from interfaces between layers of Al2O3 and 7YSZ. Layers shall exhibit sharp interfaces and layer thicknesses shall follow requirements given below. The contractor shall deposit alternating layers of Al2O3 and 7YSZ by co-evaporating ingots while employing a rotating shutter. 7YSZ ingot (OD = 1.94??) shall be supplied by NASA. Al2O3 ingot shall be provided by the vendor. Minimum of eight 1??diam PtAl/Rene N5 substrates along with two 1?? diameter graphite substrates. Substrates shall be supplied by NASA. The Contractor shall control layer thicknesses by increasing the shutter rotation speed with thickness adjustments of 5 nm increments. Al2O3 sublayers start at 765 nm thickness (next to substrate) and decrease to 115 nm thickness (at surface) in 5 nm increments. 7YSZ sublayers start at 740 nm (next to substrate) and decrease to 90 nm (at surface) in 5 nm increments. Run #14: The Contractor shall deposit a total of 262 sublayers alternating between Al2O3 (odd-numbered layer) and 7YSZ (even-numbered layer). The initial odd-numbered layer (Al2O3) shall have thickness of 765 nm and each subsequent odd-numbered layer shall have thickness 5 nm less than previous odd-numbered layer until the last odd-number layer (layer 261) is deposited with a thickness of 115 nm. The initial even-numbered layer (7YSZ) shall have thickness of 740 nm and each subsequent even-numbered layer shall have thickness 5 nm less than previous even-numbered layer until the last even-numbered layer (layer 262 nm) is deposited with a thickness of 90 nm. Therefore, the layer thicknesses shall be as follows: Starting closest to substrate, Layer 1 = Al2O3, thickness = 765 nm Layer 2 = 7YSZ, thickness = 740 nm Decrease each succeeding composition sublayer by 5 nm, Layer 3 = Al2O3, thickness = 760 nm Layer 4 = 7YSZ, thickness = 735 nm Continue decreasing sublayers by 5 nm increments until, Layer 261 = Al2O3, thickness = 115 nm Layer 262 = 7YSZ, thickness = 90 nm Summary of Deliverables: The Contractor shall deliver all coated specimens within 9 months of the contract award. NASA shall supply all substrates for deposition. For runs 1-10 and 14, substrates shall be a mixture of 1?? diameter PtAl-coated Rene N5 superalloy substrates and 1?? diameter graphite disks. For runs 11-13, substrates shall be EBC/Si-coated SiC substrates. The number of delivered coatings on each type of substrate for each run shall be as follows: Run #1: 4 on PtAl/Rene N5, 2 on graphite Run #2: 4 on PtAl/Rene N5, 2 on graphite Run #3: 10 on PtAl/Rene N5, 2 on graphite Run #4: 10 on PtAl/Rene N5, 2 on graphite Run #5: 10 on PtAl/Rene N5, 2 on graphite Run #6: 10 on PtAl/Rene N5, 2 on graphite Run #7: 10 on PtAl/Rene N5, 2 on graphite Run #8: 10 on PtAl/Rene N5, 2 on graphite Run #9: 10 on PtAl/Rene N5, 2 on graphite Run #10: 10 on PtAl/Rene N5, 2 on graphite Run #11: 10 on EBC/Si-coated SiC Run #12: 10 on EBC/Si-coated SiC Run #13: 10 on EBC/Si-coated SiC Run #14: 8 on PtAl/Rene N5, 4 on graphite **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION IN THEIR QUOTATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR OFFER MEETS THE ABOVE STATEMENT OF WORK** The provisions and clauses in the RFQ are those in effect through FAC 01-13. The NAICS Code and the small business size standard for this procurement are 325998 and 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 Glenn Research Center is required within 9 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 Monday June 17, 2003 to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop 500-306 Cleveland, Ohio 44135 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. 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 52.2525-2 (Apr 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Non-Commercial Items is applicable and the following identified clauses are incorporated by reference: I. Federal Acquisition Regulation (48 CFR Chapter 1) Clauses * 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items) * 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (all on-site services) * 52.243-1 Changes-Fixed Price (fixed-price supplies) * 52.243-1 Changes-Fixed-Price-Alternate I (services not also involving supplies) * 52.243-1 Changes-Fixed-Price-Alternate II (services involving furnishing supplies) * 52.243-1 Changes-Fixed-Price-Alternate III (professional services) * 52.246-2 Inspection of Supplies-Fixed-Price (supplies and services involving furnishing supplies) * 52.246-4 Inspection of Services-Fixed-Price (services and supplies involving furnishing services) * 52.247-1 Commercial Bill of Lading Notations (if F.O.B. point is origin) * 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) II. NFS Clauses *1852.204-74 Central Contract Registration *1852.245-72 Safety and Health (Short Form) 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 Timothy M. Bober not later than Friday June 9th, 2003. 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, price, and past performance. **It is critical that offerors provide adequate detail to allow evaluation of their offer.** Offerors must include completed copies of the provision at 1852.213-17, Offeror Representations and Certifications ? Other Than 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#106045)
 
Record
SN00337963-W 20030604/030602213537 (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.