Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2007 FBO #2187
SOLICITATION NOTICE

95 -- JET NOISE RIG COMPONENT UPGRADES

Notice Date
11/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
332721 — Precision Turned Product Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08216675Q
 
Response Due
11/30/2007
 
Archive Date
11/20/2008
 
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)
 
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 Jet Noise Rig Component Upgrades consisting of the following: ITEM 1, QTY. 1, Core Adapter (28529M42A014 upgrade), ITEM 2, QTY. 1, Core Insulation Liner (28529M42A015 upgrade), ITEM 3, QTY. 1, New Core charging Station (CE-645708 legacy replacement/upgrade), ITEM 4, QTY. 1, Seal Retainer and metal seals (between core adapter and Core/Fan Duct Assy), ITEM 5, QTY. 1, Fan Duct Strut Assembly (CE-645706 upgrade), ITEM 6, QTY. 1, Core Strut Assembly (CE-645686 upgrade), and ITEM 7, QTY. 1, Core Charging Station (CE-645708 comprehensive upgrade) ADDITIONAL SPECIFICATIONS are as follows: DESIGN AND FABRICATE DFJER COMPONENT HARDWARE Background This Statement of Work (SOW) specifies design and fabrication of research rig components intended to support high temperature, supersonic, Jet Noise research. The new components will replace and upgrade existing components of the High Flow Jet Exit Rig (HFJER) housed within the Aeroacoustic Propulsion Laboratory (AAPL) at NASA Glenn Research Center (GRC) in Cleveland, Ohio. The new components are intended to increase existing temperature and pressure capabilities of the rig, as well as allow new modes of operation and testing. Acronyms and definitions: DFJER - Dual Flow Jet Exit Rig (High Flow Jet Exit Rig in dual flow configuration) HBPR ? High Bypass Ratio NATR ? Nozzle Acoustic Test Rig (53? freejet duct wind tunnel facility that surrounds the High Flow Jet Exit Rig and provides in-flight simulation airflow) Drawing References: ? 75105M77B000 ? High Flow Jet Exit Rig Dual Flow Assembly ? 75105M77B100 ? Dual Flow Nozzle Assembly ? 75105M77B101 ? Fan Adapter ? 75105M77B104 ? Bypass OD Spacer ? 75105M77B105 ? Inside Spacer ? 28529M42A014 thru 018 ? Dual Flow pod legacy components ? CE-645686 ? Core/Tailcone weldment ? CE-645706 ? Fan Duct Weldment ? CE-645708 ? Core Charging Station Scope of Work: Provide engineering, drafting, and fabrication services necessary to design and deliver hardware components specified below. Work entails redesign of existing rig hardware components to meet max core flow operating conditions of 200 psig at 1400 deg. F. and max bypass flow operating conditions of 200 psig at 250 deg F. Components must also be capable of operating any combination of core/bypass conditions specified in table 1. General stress-level component Safety Factor shall be 3 based on material yield strength, or 5 based on material ultimate strength. New hardware must exhibit exceptionally low flow noise and must seamlessly interface with existing HFJER components. General component geometry shall be configured to prevent flow separation, minimize flow recirculation, and promote uniform flow profiles throughout the rig. Successful completion of this work requires knowledge of specific techniques and methods associated with design and fabrication of low-noise/low-drag aeronautical (wind tunnel) test hardware. Knowledge of wind tunnel test techniques and instrumentation requirements is also necessary. NOTE: See attached HFJER Operational Requirements chart and Conceptual Component Assembly Drawing REQUIREMENTS: Overview: Work entails design and fabrication of 7 separate components/assemblies as outlined below. See Figure 1 for view of existing component assembly. See Table 1. for summary of operating conditions. All parts must be able to withstand operation at any combination of core/bypass conditions specified in table 1. as well as the maximum operating conditions outlined scope above. General stress-level Safety factor shall be 3 based on material yield strength or 5 based on material ultimate strength. The seven component parts are: 1. Core Adapter (28529M42A014 upgrade) 2. Core Insulation Liner (28529M42A015 upgrade) 3. New Core charging Station (CE-645708 legacy replacement/upgrade) 4. Seal Retainer and metal seals (between core adapter and Core/Fan Duct Assy) 5. Fan Duct Strut Assembly (CE-645706 upgrade) 6. Core Strut Assembly (CE-645686 upgrade) 7. Core Charging Station (CE-645708 comprehensive upgrade) Core Adapter (28529M42A014 replacement). Component shall feature geometry compatible with 28529M42A014 except with modifications/materials as required to meet stress safety factors. Design and fabrication shall incorporate features to prevent distortion resulting from thermal expansion (interference), residual stress, or uneven heating/cooling. Core Liner (28529M42A015 replacement). Component shall feature geometry compatible with 28529M42A015 except with modifications/materials as required to meet stress safety factors. Design shall incorporate features to prevent thermal distortion resulting from thermal expansion (interference), residual stress, or uneven heating/cooling. Core Charging Station (CE-645708 legacy replacement/upgrade). Component shall feature geometry compatible with CE-645708 except with modifications/materials as required to maximize stress safety factors and minimize thermal distortion to the maximum extent possible. Component must be compatible with existing instrumentation (rakes) although new instrumentation covers should be fabricated specifically for the new component. This component must be compatible with existing test nozzles and may be de-rated for lower operating conditions as required to accommodate existing test hardware interface geometry that is unsuitable for high pressure applications. Seal Retainer and metal seals. Provide metal seals between core adapter and Core/Fan Duct Assembly as required to prevent mixing of the core and bypass flow streams through any possible combination of core and bypass conditions over the following respective ranges: Core stream: 0 ? 200 psig at temperatures ranging between 70 ? 1400 deg. F. Bypass Stream: 0 ? 200 psig at temperatures ranging between 70 ? 250 deg. F. Fan Duct Strut Assembly (CE-645706 replacement) & Core Strut Assembly (CE-645686 replacement). Components shall reproduce existing flow lines to the maximum practical extent while meeting new operating condition and Safety Factor requirements. Core charging Station (CE-645708 upgrade). Component shall feature low noise geometry and reproduce existing flow lines to the maximum practical extent while meeting new operating condition and Safety Factor requirements. Component must be compatible with existing instrumentation (rakes) although new instrumentation covers should be fabricated specifically for the new component. The hardware interface scheme may be upgraded to accommodate high pressure applications. REVIEWS: A 90 percent design review shall be accomplished for each component. The 90 percent design for component part shall be accepted by NASA prior to commencing fabrication of that part. Hardware components shall be inspected for dimensional compliance with design specifications. Component dimensions resulting from inspection shall be documented. SUMMARY OF DELIVERABLES: Design. Final design results shall be provided electronically in two formats: 1. Print version renderings of each design drawing in PDF file format (electronic files) 2. Solid model rendering of each component in IGES file format Hardware. Fabricated components shall be provided per the parts list below. Dimensional inspection documentation shall be provided for all components. Contractor shall be responsible for delivery of hardware and any damages that may occur in shipment up to point of acceptance at the GRC receiving dock. Parts List. Design and hardware shall be provided for the following components (single quantity of each part is required unless otherwise noted): 1. Core Adapter (28529M42A014 upgrade) 2. Core Insulation Liner (28529M42A015 upgrade) 3. New Core charging Station (CE-645708 legacy replacement/upgrade) 4. Seal Retainer and metal seals (between core adapter and Core/Fan Duct Assy) 5. Fan Duct Strut Assembly (CE-645706 upgrade) 6. Core Strut Assembly (CE-645686 upgrade) 7. Core Charging Station (CE-645708 comprehensive upgrade) NOTE: In response to the RFQ, please reference the attached drawings. 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 332721 AND 500 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 the NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 (Receiving, Bldg. 21) and is required within 140 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 November 30, 2007, 4:30 p.m. local time and maybe mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-306, Cleveland, OH 44135 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 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: None. 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 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: [None. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 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 Marilyn D. Stolz not later than November 26, 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. 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
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#127872
 
Record
SN01456176-W 20071122/071120224520 (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.