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