Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2008 FBO #2572
SOLICITATION NOTICE

93 -- 3D QUARTZ PHENOLIC COMPRESSION PADS IN SUPPORT OF THE ORION TPS ADP

Notice Date
12/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA09276725Q
 
Response Due
12/19/2008
 
Archive Date
12/9/2009
 
Point of Contact
Elizabeth M. Sanchez, Contract Specialist, Phone 650-604-5053, Fax 650-604-0932, - Rachel Khattab, Contracting Officer, Phone 650-604-5237, Fax 650-604-0932, />
 
E-Mail Address
elizabeth.m.sanchez@nasa.gov, rachel.khattab@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; 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 development of 3DQuartz Phenolic compression pads, and material property test billets in support of theOrion (Crew Exploration Vehicle CEV) Thermal Protection System (TPS) AdvancedDevelopment Project (ADP). The TPS ADP was established to address risks associated withthe development of TPS for the CEV capable of Low Earth Orbit (LEO) and Lunar DirectReturn (LDR) missions.TPS advanced development is being conducted to reduce or mitigatethese risks. The CEV is a critical component in the Vision for Space Exploration (VSE),and will serve as the primary manned space vehicle to the International Space Station aswell as to the moon. The CEV will also support the architecture employed for missions toMars. The TPS heat shield provides essential thermal protection during CEV return toEarth.The heat shield compressions pads serve as a load path between the Service Module(SM) and Command Module (CM) of the CEV. The compression pads, being an integral part ofthe heat shield must also survive entry into the Earths atmosphere for both LEO and LDRmissions. Coupon samples representative of compression pad material will be used by NASA toevaluate physical, structural, environmental and thermal properties and performance. Following rigorous testing and analysis of these samples, NASA may exercise an option formanufacture of full scale compression pads. See the attached Statement of Work (SOW) andHardware Requirements List (HRL) for quantities and specifications. The compression padswill be integrated with the CEV heat shield architecture. At present, the CEV TPS ADP isstudying two material architectures for the Orion heat shield, PICA, the ablativematerial that protected the Stardust heatshield, and Avcoat, the ablative material thatwas used by Apollo. Either Avcoat or PICA will be selected as the material for the heatshield architecture in March, 2009 and the compression pad design needs to be compatiblewith the selected architecture.NASA intends to transfer responsibility for further development of the compression padsto the CEV Prime Contractor (Lockheed Martin) at the end of this contract and currently,CEV TPS ADP is working closely with the Prime on the heat shield design. Because of theimportance of the CEV prime contractors current and future responsibilities, extensiveinteraction with the CEV Prime will be required during the performance of this contract.CEV development is managed by the CEV Project Office at the NASA Johnson Space Center inHouston, Texas. The TPS ADP directly supports the CEV Project Office. The provisions and clauses in the RFQ are those in effect through FAC 2005-27.The NAICS Code and the small business size standard for this procurement are 325211, andsize standard: 750 respectively. The offeror shall state in their offer their sizestatus for this procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery will be as specified in the SOW and HRL. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 5:00 PM PST, December 19, 2008, NASAAmes Research Center, Attn: Elizabeth M. Sanchez, M/S 241-1, Moffett Field, CA 94035 andmust include solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tmlOfferors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1 are as follows: N/AInformation that was submitted in response to RFI-TPS-ADP-CP posted on 10/30/08 may betailored and resubmitted, as applicable, in response to this RFQ.Responses to this RFQ shall include information that fully responds to the technicalrequirements in the SOW: mechanical loads, thermal environments and manufacturability. The offerors existing material property database shall be submitted with the response.The material should be fully characterized, including mechanical and thermal materialproperties. If the minimum set of data as defined in the SOW is not available, a planmust be included stating how and when such property data can be delivered.The RFQ response shall also include complete information on the current manufacturingprocess, quality control procedures. This includes how the 3D pre-forms are woven, whatthe cure and bebulk cycles are, what the post cure cycle is if needed, and acceptancetesting procedures. Information on the historical manufacturing process shall also beprovided. The offeror shall discuss relevant experience within the last 10 years in heat shieldapplications. Examples where the proposed material was used in heat shield applicationsshall be included. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to theGovernment (Sep 2006), with Alternate I (Oct 1995); 52.219-4, Notice of Price EvaluationPreference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waivethe preference, it shall so indicate in its offer); 52.219-8, Utilization of SmallBusiness Concerns (May 2004); 52.219-28, Post Award Small Business ProgramRerepresentation (June 2007): 52.222-3, Convict Labor (June 2003); 52.222-19, ChildLaborCooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition ofSegregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35,Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (Sep 2006); 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 (Sep 2006); 52.222-39,Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004);52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions onCertain Foreign Purchases (Jun 2008); 52.232-34, Payment by Electronic FundsTransferOther Than Central Contractor Registration (May 1999).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmThe following clauses shall also be included in any resulting order: 52.227-14 Rights inData-General, as modified by 1852.227-14 Rights In DataGeneral and 52.227-23 Rights toProposal Data (Technical)(June 1987). Offerors shall address 52.227-15 Representation ofLimited Rights Data and Restricted Computer Software, as applicable, in their response. The selected contractor will be required to share technical proposal data (not sensitivefinancial data) and technical data delivered under the contract with the CEV PrimeContractor (Lockheed Martin), so that they can perform the work required under theircontract.All contractual and technical questions must be in writing (e-mail) toElizabeth M.Sanchez (Elizabeth.M.Sanchez@nasa.gov) not later than 12:00 noon PST December 15, 2008. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, schedule/delivery and relevant past performance. Technical merit includes (but isnot limited to) the following:heat load capability, pyro shock resistance, heat fluxcapability, thermo-structural integrity, relevant material history, vendor capabilities,availability of raw materials, quality of material property database, facility andinfrastructure, and the offerors quality assurance system. Technical acceptability is aminimum Technology Readiness Level (TRL) of 6 as evidenced by arc jet test data, flighttest data, and or hot fire rocket test in a relevant environment. 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 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21.Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=934abf533b85ae8f8710a4c7940fbc9c&tab=core&_cview=1)
 
Record
SN01715922-W 20081211/081209215649-75170628b48e94841a22c483b43fe8c2 (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.