Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

66 -- EQUIPMENT FOR SPRAY COATING OF FUEL CELL CATALYSTS

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07177504Q
 
Response Due
2/12/2007
 
Archive Date
1/29/2008
 
Small Business Set-Aside
N/A
 
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)for Spray Coating Equipment of Fuel Cell Catalysts which shall meet the following specifications: Equipment Description: The equipment shall be capable of spray depositing pre-programmed patterns of at least two different ink compositions sequentially, to produce coatings of catalyst layers on membrane and electrodes for fuel cell applications. Equipment shall be able to handle ink compositions of platinum or other noble metal nanoparticles, Nafion?? binder and isopropanol/water as dispersant. The process requires that the ink is dispersed using an ultrasonic method during delivery to maintain the composition of the ink. 1. Coating Application Area: At least 12"L x 12"W x 3"H. 2. Motion Control Requirement: 3-axis servo controlled. 3. Number of Delivery Heads: Two heads that can be independently controlled. 4. Positioning Resolution: 0.05 mm or less. 5. Positioning Accuracy +/- 0.07 mm or better. 6. Operational Configuration : batch mode or capable of modification to an optional conveyer belt implementation. 7. Ink Delivery: Pressurized delivery with Air/Nitrogen not to exceed 100 psi. 8. Ink volume per single run: Not to exceed 30 ml. 9. Spray Characteristics: Clog-free continuous spray, spot size not larger than 5 mm. 10. Spray method: Ultrasonic dispersal 11. Process Control: Automated positioning, motion and spray control with software based on Windows XP or equivalent platform; programmable software for multiple heads for batch processing. 12. Interface Standards: Conform to SMEMA wherever applicable. 13. Compatible Materials for wetted parts: good corrosion resistance to strong acids and organic solvents. 14. Operational Configuration: batch mode or capable of modification to an optional conveyer belt implementation. 15. Safety: Software and hardware interlocks for ensuring safe operation. 16. Venting: Enclosed coating set up capable of being connected to laboratory venting system. 17. Machine Footprint: Not to exceed 40"L x 40"W x 70"H. 18. Machine Mass: Not to exceed 400 kg. 19. Power Requirements: 120/220 VAC, 50/60 Hz . The provisions and clauses in the RFQ are those in effect through FAC 05-13. The NAICS Code and the small business size standard for this procurement are 333999 and 500 employess 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 JET PROPULSION LABORATORY, 4800 Oak Grove Drive, Pasadena, CA 91109-8099 is required within 30 days 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 4:30 pm,EST, February 12, 2007 to Jon C. Schultz, Glenn Research Center, PLUM BROOK STATION, 6100 Columbus Avenue, SANDUSKY, OHIO 44870 and must include, solicitation number, FOB destination to JET PROPULSION LABORATORY, 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/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-7,52.222-3,52.222-26,52.225-3,52.222-19,52.222-21,52.222-36,52.225-13,52.232-33,52 .243-1. NFS 1852.223-72,1852.225-70. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Jon Schultz not later than February 7,2007. 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. Other critical requirements:Product Support shall also be considered. 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . 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=D&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#123365)
 
Record
SN01221515-W 20070131/070129221056 (fbodaily.com)
 
Source
FedBizOpps 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.