Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2007 FBO #2172
SOLICITATION NOTICE

34 -- COMPUTER-OPERATED FILAMENT WINDER MACHINE AND ASSOCIATED EQUIPMENT

Notice Date
11/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
327999 — All Other Miscellaneous Nonmetallic Mineral Product Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08ZRX005Q
 
Response Due
11/19/2007
 
Archive Date
11/5/2008
 
Point of Contact
Richard W Amiot, Contract Specialist, Phone 216-433-6836, Fax 216-433-5489, Email Richard.W.Amiot@nasa.gov
 
E-Mail Address
Email your questions to Richard W Amiot
(Richard.W.Amiot@nasa.gov)
 
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 procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. 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 a Computer-Operated Filament Winder Machine and Associated Equipment per the following minimum specifications: Key elements of this procurement include (A) preform design and machine control software that is capable of controlling the FWM for all of the planned NASA activities, (B) a FWM that is capable of achieving NASA?s preform designs with high precision for helical, hoop, and polar windings, (C) equipment for handling up to 8 fiber spools with a high degree of tension and precision control, and (D) accessories for safety operation. Minimum Specifications and requirements (A) PREFORM DESIGN and MACHINE CONTROL SOFTWARE specifications: - Preform Design software shall be user friendly and based on Windows? XP Professional Operating System for compatibility with other NASA software. - Commercial company providing Preform Design software shall also provide direct engineering aid in the use of software whenever needed. - Machine Control software shall be PC-based, compatible with Preform Design software, and fully capable of precision control of all specified operations of the 4-axes FWM specified below. - Machine Control software shall allow editing and development of winding programs in real time, and capable of data and event logging with integrated digital auxiliary outputs. (B). FILAMENT WINDER MACHINE (FWM) specifications: - Shall be capable of winding small-scale preforms for research activities. - Shall be capable of 4-axes of computer-controlled motion and employ all digital AC servo technology for helical, hoop, and polar windings. Motors shall be digital brushless servo with continuous torque. - Mandrel motion shall have a winding diameter range of 0-75 cm; a spindle capacity (mandrel + part) of 200 kg; an effective speed range of 0-175 rpm; a rated spindle torque of 200 Nm; and an accuracy (angular deviation): < 5 arc min (0.08 deg). - Mandrel headstock support tooling shall be with a 20-cm 3-jaw chuck that provides a clamping diameter range of 4 to 90 mm. Mandrel tailstock support tooling shall be with a 20-cm 3-jaw chuck that provides a clamping diameter range of 4 to 90 mm and a pneumatic extend-retract tailstock quill with 75 mm of travel. - Horizontal Carriage shall have a maximum speed of 1 m/sec; a maximum capacity of 40 kg; a useable travel range of 1 m; and position accuracy (repeatability) of at least +/- 0.03 mm. - Cross-feed Carriage shall have a maximum speed of 0.9 m/sec; a useable travel range of 380 mm; and position accuracy (repeatability) of at least ? 0.04 mm. - Eye-Rotation shall have a maximum stroke of +/-120?; a maximum speed of a 150 rpm; and an accuracy (Angular Deviation) of a < 8 arc min (0.13 deg.). (C). FIBER HANDLING EQUIPMENT specifications: - Shall be able to dispense up to 8 spools of ceramic fiber tow and prepreg. - Shall be digitally programmable in tension with a tension range of less than 5 N up to 90 N and a static accuracy better than 5%. - Shall have servo control with unlimited take-up, tension data logging, and automatic compensation for spool size, weight and speed. - Shall be configurable with automatic motor and system stop on fiber break. - Shall have pneumatic chucks for ease in load-unload of material. (D). SAFETY EQUIPMENT specifications: - Headstock and Tailstock chucks shall be protected by clear and hinged plastic guards. - Undesired motion of the Horizontal Carriage shall result in machine stoppage by the use of bumper and whisker switches. The provisions and clauses in the RFQ are those in effect through FAC 05-20. The NAICS Code and the small business size standard for this procurement are 327999 and 500 employees 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 is to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135. All delivered items shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 2:00 PM, November 19, 2007 to NASA Glenn Research Center, Attn: Richard W. Amiot, Mail Stop 500-305, 21000 Brookpark Road, Cleveland, OH 44135 or via e-mail to Richard.W.Amiot@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), CAGE Code, DUNS number, identification of any special commercial terms, and be signed by an authorized company representative. 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.225-1, 52.232-34. 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 Richard W. Amiot not later than November 12, 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 schedule. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: The Offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the Offeror has completed for the purposes of this solicitation only, if any. The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . 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=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. http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#127694
 
Record
SN01446845-W 20071107/071105223855 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.