Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOLICITATION NOTICE

95 -- STEEL FOR FLIGHT SKIN MATERIAL

Notice Date
2/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07ZPT002Q
 
Response Due
2/21/2007
 
Archive Date
2/16/2008
 
Small Business Set-Aside
Total Small Business
 
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 the following items: USS FLIGHT MATERIAL (A516 plate grade 70, normalized) 1. US-4 to US-7 Wall ?? x 113.5? x 30? - (12) Sheets EA 2. US-4 to US-7 Lifting Lugs ?? x 4? x 4? -( 4) Sheets EA 3. US-4 to US-7 Flange 1? x 6? x 10? - (8) Sheets EA 4. Additional Lifting Lugs Material (balance needed for all segments) ?? x 4? x 4? - (8) Sheets EA 5. Additional Flange Material (balance needed for all segments) 1? x 6? x 10? (16) Sheets EA 6. SAMPLE (1) EA: Vendor shall supply 14 inch x 14 inch test specimen from the normalized material which represents heat lot and each plate thickness for NASA verification of material at receiving inspection. The test specimen shall be identified with the same required identification as the plate material, and also, the rolling orientation, ie. ?long? or ?trans". Introduction: This is the material buy for US-4, US-5, US-6, and US-7 weldments. The attached material purchase requirements shall be followed. The actual material to be ordered is in table 1. Note: Gusset material is not being ordered because excess pathfinder 2 material will be used. All the material being ordered is commercially available. FOB point for the delivery of metals is Glenn Research Center in Cleveland Ohio. Points of Contact (POC): Contracting Officer: Debbie Giavasis, Glenn Research Center, 216-433-5420, FAX: (216) 433-2480, Deborah.L.Giavasis@nasa.gov. Flight Test Article Manager: William M. Foster II, Glenn Research Center, 216-433-2368, William.M.Foster@nasa.gov Flight Material Purchase Requirements for ARES-I-1 Upper Stage Simulator (USS: PURPOSE: This specification defines the purchasing requirements of the NASA Glenn Research Center ARES-I-1 Project for ASTM A516 Grade 70 (normalized) steel plates used for fabrication of the Upper Stage Simulator. SCOPE: This standard will be used for ordering A516 steel plates for fabrication of flanges, gussets, lifting lugs, and skins for the Upper Stage Simulator. RESPONSIBILITIES: Material Buyers shall provide a complete quote to the ARES-I-1 Business Manager and Element Control Board (through the Contracting Officer), per ARES-I-1 Configuration Management Plan prior to placing order. REFERENCES: ASTM A516 ? Standard Specification for Pressure Vessel Plates, Carbon Steel, for Moderate- and Lower-Temperature Service. ASTM A20 - Standard Specification for General Requirements for Steel Plates for Pressure Vessels. PURCHASE ORDER: The purchase order may be in any form designated by the Contracting Officer. The following numbered requirements shall be included: 1. Material Quantity, Form, and Dimensions provided in Line Items 1-5 above. 2. Certified Materials Test Report (CMTR) to ASTM A516, Grade 70 with traceability to the manufacturing heat lot for tensile strength, yield strength, elongation, and chemical composition. These reports are to accompany the material at delivery and must be legible. 3. All material to be in the normalized heat treated condition per standard mill practices to meet Charpy impact strength values of 20 ft-lbs at 0 degrees F. The specimen orientation shall be longitudinal, with the notch perpendicular to the surface of the plate. 4. Vendor shall supply 14 inch x 14 inch test specimen from the normalized material which represents heat lot and each plate thickness for NASA verification of material at receiving inspection. The test specimen shall be identified with the same required identification as the plate material, and also, the rolling orientation, ie. ?long? or ?trans?. 5. Packaging and transport of the Material must be presented in a manner that allows safe removal from the transport vehicle by an overhead crane or fork truck. At a minimum, this means separating the material with 4?x 4? block blocking. The blocking will be placed to minimize distortion. The provisions and clauses in the RFQ are those in effect through FAC 01-15. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement is 423510. 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 NASA Glenn Research Center is required ON OR BEFORE MARCH 23, 2007. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 5:00 PM, EST, Wednesday, February 21, 2007 to Deborah.L.Giavasis@nasa.gov 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/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. Addenda to FAR 52.212-4 are as follows: 52.204-7. 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: 52.222.19 and 52.225-3. 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 Debbie Giavasis not later than 2-21-07. Telephone questions will not be accepted. 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. 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#123633)
 
Record
SN01234270-W 20070218/070216223439 (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.