Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1996 PSA#1626

NASA Langley Research Center, Bid Distribution Office, MS 126 Hampton, Va. 23681-0001

A -- BASIC ORDERING AGREEMENT FOR MANUFACTURE AND ASSEMBLY OF HYPERSONIC NOZZLES AND PRECISION RESEARCH HARDWARE SOL 1-134-GJ.0758 DUE 080196 POC Cecil Thomas, Contract Specialist (804) 864-2547. Category A -- Basic Ordering Agreement for Manufacture and Assembly of Hypersonic Nozzles and Precision Research Hardware -- SOL 1-134-GJ.0758 DUE 8/1/96 POC Bid Distribution Office 804-864-2547 This solicitation seeks proposals from qualified Small Business Firms offering to enter into Basic Ordering Agreements (BOAs) for orders to be issued through competitive procedures as requirements develop. Firms holding BOAs will submit bids for each order issued and the low bidder will enter into a firm fixed price contract for the order requirements. Work required by orders will include precision machined components of various sizes as well as both internal and external contoured surfaces. Normally dimensional tolerances of-0.005 of an inch with a waviness restriction of -.001 (over a 1.00-inch length) and surface finish of 32 RMS will be required, however, dimensional tolerancs as precise as -.0005 of an inch waviness (over a 1.00-inch length) and surface finish of 2 RMS will be required on some components. Basic ordering agreements will only be established with those firms determined to be qualified on the basis of the following criteria: 1. Ability to manufacture Hypersonic Nozzles and Precision Aerospace Research items or assemblies to close tolerances (-.005 of an inch) with a waviness of -.001 over a 1.00-inch length and a surface finish of 2 RMS will be required on some components. 2. Ability to manufacture and/or assemble mechanical, hydraulic, pneumatic, and other devices. 3. Ability to provide all services necessary to manufacture nozzles with complex internal contours/bores as well as components and/or assemblies that may be models with contoured surfaces. 4. Technical expertise to fabricate components from a variety of material such as metals, moldable materials, composite reinforced resins, wood, quartz, ceramics or any combination of the above. 5. Past experience in the manufacture of precision research hardware and components and the precision machining of exotic materials. 6. Ability of Prime Contractor to perform a minimum of 50 percent of the work in their own facility. The contractor shall submit a list of subcontractors and their qualifications for approval. 7. System equipment and procedures that will be used to inspect precision hardware and components as well as contoured surfaces (both internal and external) during manufacture, fabrication and upon completion. 8. Descripting, availability, and quality of all equipment planned for use on this contract, and a history of the offerors experience (includes resumes of key personnel), with this equipment. As a minimum the offeror will be required to address the following items: A. Jig Borer, B. Engine Lathes, C. Milling Machine, D. Electric Discharge Machine, E. Sheet Metal Shears and Breaks, F. Welding Equipment, G. Quality Assurance and Inspection Equipment (including 3-Axis Coordinate Measuring), H. Contour Machining (including 3-Axis M. X. Machining and 2-Axis N. C. Lathe), I. Metal Surface Finishing, J. Orifice and Thermocouple Installation, K. Lapping and Honing, L. Electron Beam Welding, M. Vacuum Brazing, N. Heat Treatment, O. Deep Hole Drilling, P. X-ray and Ultrasonic Inspection, Q. Pressure Vessel Certification, R. 3-Axis Coordinate Measurement of Components over 30 inch diameter and 5 feet in length. This procurement is a total Small Business Set Aside. The solicitation is available on a continuous basis. Offers are due by February 1 and August 1 of each year. Proposals received during the year will be evaluated during the 60-day period following the above dates. For example, proposals received on February 2 will be held for the evaluation beginning August 1. For additional information call R. Cecil Thomas, Contract Specialist, 804-864-2445 at NASA Langley Research Center, Mail stop 144, Industry Assistance Office, Hampton, VA 23681-0001. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to call the installation ombudsman Belinda Adams at 804-864-8989. DO NOT CALL THE OMBUDSMAN FOR SOLICITATION REQUESTS/INFORMATION. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman Tom Luedtke at 202-358-2090. Before consulting with any ombudsman, interested parties must try to resolve their concerns with the contract specialist or the contracting officer. (0178)

Loren Data Corp. http://www.ld.com (SYN# 0002 19960627\A-0002.SOL)


A - Research and Development Index Page