Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2004 FBO #0835
MODIFICATION

M -- METALLIC TEST ARTICLE DEVELOPMENT AND GENERAL AND PRECISION MACHINING SERVICES

Notice Date
3/8/2004
 
Notice Type
Modification
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNLO4-MTAGPM
 
Response Due
3/16/2004
 
Archive Date
3/8/2005
 
Point of Contact
Rosemary C. Froehlich, Contracting Officer, Phone (757) 864-2423, Fax (757) 864-8863, Email Rosemary.C.Froehlich@nasa.gov - Sandra M. Glenn, Contracting Officer, Phone (757) 864-2413, Fax (757) 864-8863, Email Sandra.M.Glenn@nasa.gov
 
E-Mail Address
Email your questions to Rosemary C. Froehlich
(Rosemary.C.Froehlich@nasa.gov)
 
Description
NASA, Langley Research Center is hereby soliciting information about potential sources for Metallic Test Article Development and General and Precision Machining. On December 15, 2003, NASA released a public announcement of a public-private competition (using the standard competition process) for these services under Office of Management and Budget (OMB) Circular A-76. The activity to be competed is the performance of metallic test article development and general and precision machining services on-site at Langley Research Center. Approximately 37 Government civil service Full-Time-Equivalents (FTE's) currently perform this on-site activity. The service provider will be required to fabricate, assemble, and integrate a wide range of hardware, including but not limited to: wind tunnel models, such as force and moment models, cryogenic models, acoustic models, propulsion simulation models, and aero-elastic models; free flight models; model modifications; model components; model support systems; aircraft flight test hardware; space-flight instruments; repair of wind tunnel support hardware; fixtures; test facility modifications and hardware; and modifications and repairs to existing research hardware. Work disciplines include conventional and specialized machining processes inclusive of, but not limited to: milling, turning, boring, electrical discharge machining, drilling, fitting, polishing, sanding, filling and sawing, precision grinding, precision lapping, metal finishing, precision assembly and integration of systems, numerically controlled wire electrical discharge machining, numerically controlled turning, numerically controlled milling, numerically controlled high-speed milling, and CAD/CAM programming. The service provider shall be capable of performing precision machining of hardware to tolerances as accurate as +/-.002 inches on contoured surfaces and produce surface finishes as low as 2 rms (micro inches). Other dimensional requirements may require accuracy to within .0002 inches. The service provider shall have expertise in the application and machining of a full range of ferrous and non-ferrous metals and other materials that are common to the aerospace industry. Materials most frequently used for these activities are 15-5 PH stainless steel, Vascomax and aluminum alloys. Some end items will require the service provider to collaborate with NASA research scientists and engineers to enable the concurrent design and development of research hardware. All qualified firms, both large and small, are encouraged to respond. The Standard Industrial Classification (SIC) Code for this procurement is 33641, and the size standard under this code is 1,000 employees. Firms having the required specialized capabilities to meet the above requirements should submit a capability statement documenting their ability to perform all aspects of the effort described herein. It is required that responses be limited to 7 pages. Responses should be comprehensive and specific in describing experience related to the requirements specified above. For example, responses should describe experience in: metallic test article development, listing types of models or other hardware produced; general and precision machining, listing types of service performed or product delivered; producing flight hardware, working with specified materials, and meeting stringent tolerances as listed above. Responses should indicate if the firm has experience in concurrent design and development of research hardware. Work cited as relevant should contain a brief technical description, contract number and type, period of performance dates, dollar value, and a customer reference with a current phone number. Responses must also include the following: name and address of your firm; size of business (number of employees); whether your firm is large, small, small disadvantaged, 8(a), small women-owned, and/or a HUBzone small business. Responses should indicate affiliate information, parent company, joint venture partners, potential teaming partners, prime contractor (if respondent is a potential subcontractor) or subcontractors (if respondent is a potential prime). No solicitation exists, therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted by fax or e-mail to the Contracting Officer, Rosemary Froehlich as listed below. Responses are requested to be submitted by March 16, 2004. Please reference NNL04-MTAGPM in any response.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#108339)
 
Record
SN00539995-W 20040310/040308223445 (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.