NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

RESIN TRANSFER MOLDING TOOLING AND COMPOSITE MANUFACTURING


Synopsis/Solicitation Combo - Sep 04, 2008
Amendment 01 - Posted on Sep 15, 2008
statement of work - Posted on Sep 04, 2008
Questions and Answers - Posted on Sep 11, 2008

General Information
Solicitation Number: NNC08255420Q
Posted Date: Sep 04, 2008
FedBizOpps Posted Date: Sep 04, 2008
Original Response Date: Sep 15, 2008
Current Response Date: Sep 18, 2008
Classification Code: 36 -- Special industry machinery
NAICS Code: 333298 - All Other Industrial Machinery Manufacturing

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

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. If you are viewing this solicitation on the fedbizops website, you must check the NASA Business website for amendments and other forms. http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offerors responsiblity to check the NASA Business website for any amendments.

BACKGROUND:

NASA Glenn Research Center (GRC) Structures and Materials Division is engaged in R&D of advanced composite material/structural concepts for future application in turbine engine case/blade containment system components. As part of this R&D effort there is a recurring/intermittent need for composite specimens of various fiber/textile and polymer resin combinations and manufactured via resin transfer molding processes. This procurement is intended to acquire tooling design and fabrication for, and recurring/intermittent manufacturing of, fiber/textile preform reinforced polymer resin matrix composite panels which would be subsequently used by NASA for material property testing and subcomponent ballistic impact testing purposes.

This notice is being issued as a Request for Quotations (RFQ) for the basic effort plus options. The basic effort consists of TASK 1, Qty. 1, Resin Transfer Molding (RTM) Tooling System; TASK 2A, Qty. 17 Composite Panels with PR 520 Resin and T700SC Fiber, and TASK 2B, Qty. 1 Resin-only Panels with PR520 Resin. The Options effort consists of TASK 3A, Qty. 17 Composite Panels with 3502 Resin and T700SC Fiber, TASK 3B, Qty. 1 Resin-only Panels with 3502 Resin, TASK 4A, Qty. 17 Composite Panels with 5250-4 Resin and T700SC Fiber, TASK 4B, Qty. 1 Resin-only Panels with 5250-4 Resin, TASK 5A, Qty. 17 Composite Panels with 5208 Resin and T700SC Fiber and TASK 5B, Qty. 1 Resin-only Panels with 5208 Resin.

(SEE ATTACHMENT A IN THE ATTACHED MODEL CONTRACT.)

A. INSTRUCTIONS TO OFFERORS

In order to submit an offer, the following instructions are hereby provided:

1. Offerors shall price the basic effort and each option separately. Prices shall be FOB destination NASA GRC.

2. Offerors shall include a completed and signed copy of the entire contract (not just the signature page).

3. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008). Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: None.

4. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.212-3 may be obtained via the internet at URL: http://www.grc.nasa.gov/WWW/Procure/rforms.html

5. Offers for the items(s) described above are due by September 15, 2008, 4:30 p.m. local time and may be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-305, Cleveland, OH 44135 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.

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.

The provisions and clauses in the RFQ are those in effect through FAC 05-26.

This procurement is a total small business set-aside.

The NAICS Code and the small business size standard for this procurement are 333298 and 500 respectively. The offeror shall state in their offer their size status for this procurement.

The DPAS rating for this procurement is DO-C9.

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 Marilyn D. Stolz not later than September 10, 2008. Telephone questions will not be accepted.

B. EVALUATION AND AWARD FOR BEST VALUE

Award will be based upon overall best value to the Government among those offerors that meet the technical specifications shown above. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to demonstrate their technical expertise, experience concerning their ability to perform the requirements and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Unless otherwise stated in the solicitation, for selection purposes, ability to perform the specifications, total price and the best value criteria are essentially equal in importance. The offeror is encouraged to address the best value criteria shown below as part of their offer.

Demonstration of the offeror's technical expertise can be via a detailed explanation/description of offeror's facilities, the equipment that will be used, personnel, the number of years of work experience of the personnel, prior contracts with points of contact, brochures, etc. or a description of subcontractors and their facilities, equipment, etc. and whether the subcontract is currently in place.

BEST VALUE CRITERIA:

The following criteria will be considered best value for this procurement:

1. EXPERIENCE: The offeror shall demonstrate experience in working with the processing of structural composite materials. Offerors shall provide a description of available equipment and process to be used in the fabrication of the panels. The offeror shall demonstrate their experience in obtaining relevant materials. Offerors shall cite a prior contract examples, decribing what was performed and provide points of contact. Include the name, address, contract number, and point of contact for any contracts used for this response.

2. CONTRACTOR PLANT LOCATION: The Government may wish to observe the Contractor's manufacturing process during panel fabrication. Due to the potential number of fabrication orders, the trip cost of the Contractor's location relative to NASA GRC will be considered.

Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), 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".

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Marilyn D. Stolz
Title:Contract Specialist
Phone:216-433-2756
Fax:216-433-5489
Email:Marilyn.D.Stolz@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: