Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
MODIFICATION

95 -- Processing of NiTi-20Hf Alloy for Larger Torque Tubes

Notice Date
7/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135
 
ZIP Code
44135
 
Solicitation Number
NNC16592227Q
 
Archive Date
7/23/2016
 
Point of Contact
Scott E. Stidham, Phone: 2164332488, Dorothy E Viancourt, Phone: 2164332532
 
E-Mail Address
scott.e.stidham@nasa.gov, Dorothy.E.Viancourt@nasa.gov
(scott.e.stidham@nasa.gov, Dorothy.E.Viancourt@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. This notice is being issued as a Request for Quotations (RFQ) for processing of an experimental NiTi-20Hf shape memory alloy developed by NASA Glenn Research Center, with the following specifications. Statement of work: Induction melt (Using VIM-VAR technique) of one 40 lb. heat (minimum) of the following composition: 37.17Ni-17.9Ti-44.93Hf weight % alloy. Casting must use one mold of 4" in diameter formed of 37.17Ni-17Ni-17.9Ti-44.93Hf weight % Cast all materials into one large billet. Requirements: 1. Demonstrated experience in the melting of 37.17Ni-17.9Ti-44.93Hf weight % shape memory alloys is required. A material sample must be made available for characterization by GRC personnel to demonstrate expertise. Sample will need to have strain-temperature properties equivalent or better than that shown Figure 2 and elaborated on in Tables 1 and 2 described in Bigelow et al., Scripta Materialia 64 (2011) 725-728. 2. Melting can only be performed using VIM-VAR technique. 3. Compositional control of Ni-Ti-Hf should be to +/- 0.3% absolute. Aim composition is: 37.17Ni - 17.9Ti - 44.93Hf (weight %). 4. Carbon should be less than 0.015 wt. % / Oxygen should be less than 0.04 wt. %. 5. Martensite start transformation temperature (Ms), should be between 130 - 150 C for material homogenized and aged 550 C / 3 hrs. 6. Best effort basis will be accepted if expertise can be demonstrated in processing of an alloy of this composition as described in 1. The provisions and clauses in the RFQ are those in effect through FAC 2005 - 88 http://nais.nasa.gov/far/. This procurement is a total small business set-aside The NAICS Code and the small business size standard for this procurement are 541711/1100 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 Ohio 44135 is required. Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail) to scott.e.stidham@nasa.gov not later than June 24, 2016 at noon. Telephone questions will not be accepted. Offers for the items(s) described above are due by July 8, 2016 at noon to scott.e.stidham@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 (APR 2014), 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.219-4, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 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 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. Other critical requirements: The ability to meet all the specifications as required, shall also be considered. 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 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16592227Q/listing.html)
 
Place of Performance
Address: NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, CLEVELAND, Ohio, 44135, United States
Zip Code: 44135
 
Record
SN04169837-W 20160703/160701234205-01b5b928e535de3a701c20dc8e49c786 (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.