Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2003 FBO #0569
SOLICITATION NOTICE

95 -- BLANKING AND MACHINING LOW CYCLE FATIGUE SPECIMENS

Notice Date
6/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFO3-4200010855
 
Response Due
7/10/2003
 
Archive Date
6/19/2004
 
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756, Fax (216) 433-5489, Email Marilyn.D.Stolz@grc.nasa.gov
 
E-Mail Address
Email your questions to Marilyn D. Stolz
(Marilyn.D.Stolz@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 Offer (RFO). The provisions and clauses in the RFO are those in effect through FAC 01-13. This procurement is a total small business set-aside. See Note 1. The NAICS Code is 332510 and the small business size standard for this procurement is 500. 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. The DPAS rating for this procurement is DO-C9. **THIS IS TO BE AN INDEFINITE QUANTITY TYPE CONTRACT NOT TO EXCEED $40,000.00** A. SPECIFICATIONS: The Contractor shall perform machining in accordance with the following requirements. Each delivery order shall specify the effort required. MACHINING: The Contractor shall furnish the low cycle fatigue specimens in accordance with the following specifications. The Contractor shall machine specimens from Udimet 720 pancake forgings supplied by NASA, as per NASA directions. NASA shall supply the specimen drawings and the materials to the Contractor before the beginning of each task. The quantities that can be machined will be 5, 10, 20 and 30. Cylindrical blanks for the specimens will be EDM out from the forgings by the Contractor. The blanks are approximately 0.81" diameter and 3.25" long. The blanks will be machined into PGR-3-1997 specimen geometry. The machining process will require inertial welding of the blanks to IN718 tabs. B. TERMS AND CONDITIONS 1. Period of Performance: The period of performance for the issuance of any delivery orders under this contract shall be 24 months from the effective date of the contract. The actual period of performance for each order issued will be stated on the order. 2. Government-furnished Property: The Udimet 720 pancake forgings material for machining shall be furnished by the Government. 3. Delivery: Delivery shall be to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135. Shipments shall be marked attention: Jack Telesman, M.S. 49-7. Delivery shall be FOB Destination. Deliveries of partial quantities are encouraged and shall be acceptable for meeting delivery time requirements in large orders. 4. Administration: The NASA COTR assigned to this contract for approvals as required in the statement of work shall be Jack Telesman, Mail Stop 49-7, phone number (216) 433-3310, e-mail: Jack.telesman@nasa.gov. Administrative monitoring of this contract shall be Marilyn D. Stolz, mail stop 500-306, phone number (216) 433-2756, fax number (216) 433-2480, e-mail: Marilyn.D.Stolz@NASA.gov. 5. SCRAP AND INSPECTION All test material scrap shall be returned to NASA, identified according to forging identification and the drawing location. The machined specimens shall be inspected by the Contractor after machining for meeting drawing specification, and any discrepancy shall be communicated to the NASA Project Manager via e-mail, immediately for resolution. Each specimen shall be separately packaged according to specimen identification number. The specimens shall then be shipped to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 (attn: Jack Telesman, M.S. 49-7), or sent to another location according to NASA instructions. 6. DELIVERY ORDER PROCEDURES (a) Only the Contracting Officer may issue delivery orders to the Contractor, providing specific authorization or direction to perform work within the scope of the contract and as specified in the schedule. The Contractor may only invoice under this contract for the performance of delivery orders and delivery order modifications issued in accordance with this clause. No other costs or charges to this contract are authorized unless otherwise specified in the contract or expressly authorized by the Contracting Officer. (b) Prior to issuing a delivery order, the Contracting Officer shall provide the Contractor with a functional description of the work including the quantity, machining type, and test type desired by the Government. (c) After review and any necessary discussions, the Contracting Officer may issue a delivery order to the Contractor containing, as a minimum, the following: (1) Date of the order. (2) Contract number and order number. (3) The effort to be performed per the specifications above including the quantity, machining and test type desired by the Government. (4) Maximum dollar amount authorized. (5) Delivery schedule including start and end dates. (6) If contract funding is by individual delivery order, accounting and appropriation data. (d) The Contractor shall provide acknowledgment of receipt to the Contracting Officer within 5 calendar days after receipt of the delivery order. (e) The Contracting Officer may amend delivery orders in the same manner in which they were issued. (f) In the event of a conflict between the requirements of the delivery order and the Contractor's approved delivery plan, the delivery order shall prevail. 7. 52.227.14 - RIGHTS IN DATA-GENERAL (Jan 1987) The data required from the above specifications is defined as "unlimited rights data" in accordance with the "Rights in Data General" clause of this contract. 8. CONTRACT TERMS AND BY REFERENCE CLAUSES FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C. 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U. S. C. 2402, 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a - 10d); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.225-16, Sanctioned European Union Country Services (E.O. 12849),52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: None C. INSTRUCTIONS TO OFFERORS In order to submit an offer, the following instructions are hereby provided: 1. For those interested Contractors who require the drawings in order to submit an offer, NASA will provide them. 2. The offeror shall prepare their price quotes as follows using the format in Attachment 1. Machining specifications: price drawing separately for each quanity required. Prices shall be FOB destination NASA Glenn Research Center. 3. Offerors need to provide an estimated time frame to complete an order for machining. Typically, machining is expected to take no more than 6 weeks. 4. Offerors may submit pricing for a delivery schedule of less than the typical 6 week machining. 5. Offerors shall provide the information required by FAR 52.212-1(Oct. 2002), Instructions to Offerors-Commercial, which is incorporated by reference.. 6. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 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. 7. Offers for the items(s) described above are due by July 10, 2002, 4:30 p.m. GRC local time and may be mailed or faxed to NASA Glenn Research Center, Attn: Marilyn D. Stolz, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, 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. Offerors 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. 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 Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. An ombudsman has been appointed -- See NASA Specific Note "B". 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#106246)
 
Record
SN00352263-W 20030621/030620004910 (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.