Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOLICITATION NOTICE

66 -- CERAMIC COMPOSITE BRAIDING SYSTEM

Notice Date
2/11/2008
 
Notice Type
Solicitation Notice
 
NAICS
333292 — Textile Machinery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08233213Q
 
Response Due
3/3/2008
 
Archive Date
2/11/2009
 
Point of Contact
Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-5489, Email sandra.a.brickner@nasa.gov
 
E-Mail Address
Email your questions to Sandra A Brickner
(sandra.a.brickner@nasa.gov)
 
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. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is being issued as a Request for Quotation (RFQ) for the following: Qty 1 Ceramic Composite Braiding System The ceramic composite braiding system must include a braiding head with structural floor stand. The following features must be included: 1. Number of carriers must be 48. 2. Top plate to be .590" thick. 3. Must be capable of braiding .5 inch to 2 inch diameter tubes. 4. System must be capable of braiding various carbon and ceramic fiber materials. 5. Pull offload per bobbin must be 50-450 grams. A minimum of three sets of springs needs to be included to vary pull off load per bobbin. Pull off loads should be 50, 100 and 150 grams. 6. System should be capable of biaxial and triaxial braiding. 7. Warp guides must be stainless steel. 8. Warps studs must be hollow. 9. Electric stop motion to detect broken or end of yarn. 10. System to include a set of chromed and polished guide ring. 11. Double braid ring. 12. CE 2 hp motor and drive. The system must also include a single spindle winder for the above braider. The following specifications are also required. 1. 5/8" ID tube holder 2. 5" traverse cam 3. Wind to be crosswind 4. Taper end attachment 5. Digital revolution counter 6. Anti wear tension 7. Variable speed DC drive, operating at 110 Volts 8. Rear safety guard The provisions and clauses in the RFQ are those in effect through FAC 05-23. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333292 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 to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30PM EST, 3/3/08 to fax (216) 433-2480 or email to Sandra Brickner at sandra.a.brickner@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 (SEPT 2006), Instructions to Offerors-Commercial Items, 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 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. 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: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 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 Sandra Brickner not later than 2/26/08. 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". 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.nasanote.html
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#128688
 
Record
SN01505937-W 20080213/080211230113 (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.