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

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


Synopsis/Solicitation Combo - Dec 09, 2008
Amendment 01 - Posted on Dec 16, 2008
Amendment 02 - Posted on Dec 17, 2008
Amendment 03 - Posted on Dec 17, 2008
Statement of Work and other attachments - Posted on Dec 09, 2008
HRL - Posted on Dec 10, 2008
REVISED SOW, DRL AND PRICE LIST - Posted on Dec 16, 2008

General Information
Solicitation Number: NNA09276725Q
Posted Date: Dec 09, 2008
FedBizOpps Posted Date: Dec 09, 2008
Original Response Date: Dec 19, 2008
Current Response Date: Dec 22, 2008
Classification Code: 93 -- Nonmetallic fabricated materials
NAICS Code: 325211 - Plastics Material and Resin Manufacturing

Contracting Office Address
 
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

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 the development of 3D Quartz Phenolic compression pads, and material property test billets in support of the Orion (Crew Exploration Vehicle – CEV) Thermal Protection System (TPS) Advanced Development Project (ADP). The TPS ADP was established to address risks associated with the development of TPS for the CEV capable of Low Earth Orbit (LEO) and Lunar Direct Return (LDR) missions. TPS advanced development is being conducted to reduce or mitigate these 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 as well as to the moon. The CEV will also support the architecture employed for missions to Mars. The TPS heat shield provides essential thermal protection during CEV return to Earth. 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 of the heat shield must also survive entry into the Earth’s atmosphere for both LEO and LDR missions.

Coupon samples representative of compression pad material will be used by NASA to evaluate physical, structural, environmental and thermal properties and performance. Following rigorous testing and analysis of these samples, NASA may exercise an option for manufacture of full scale compression pads. See the attached Statement of Work (SOW) and Hardware Requirements List (HRL) for quantities and specifications. The compression pads will be integrated with the CEV heat shield architecture. At present, the CEV TPS ADP is studying two material architectures for the Orion heat shield, PICA, the ablative material that protected the Stardust heatshield, and Avcoat, the ablative material that was used by Apollo. Either Avcoat or PICA will be selected as the material for the heat shield architecture in March, 2009 and the compression pad design needs to be compatible with the selected architecture.

NASA intends to transfer responsibility for further development of the compression pads to 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 the importance of the CEV prime contractor’s current and future responsibilities, extensive interaction 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 in Houston, 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, and size standard: 750 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 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, NASA Ames Research Center, Attn: Elizabeth M. Sanchez, M/S 241-1, Moffett Field, CA 94035 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 (JUNE 2008), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: N/A

Information that was submitted in response to RFI-TPS-ADP-CP posted on 10/30/08 may be tailored and resubmitted, as applicable, in response to this RFQ.

Responses to this RFQ shall include information that fully responds to the technical requirements in the SOW: mechanical loads, thermal environments and manufacturability. The offeror’s existing material property database shall be submitted with the response. The material should be fully characterized, including mechanical and thermal material properties. If the minimum set of data as defined in the SOW is not available, a plan must be included stating how and when such property data can be delivered.

The RFQ response shall also include complete information on the current manufacturing process, quality control procedures. This includes how the 3D pre-forms are woven, what the cure and bebulk cycles are, what the post cure cycle is if needed, and acceptance testing procedures. Information on the historical manufacturing process shall also be provided.

The offeror shall discuss relevant experience within the last 10 years in heat shield applications. Examples where the proposed material was used in heat shield applications shall be included.

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 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-28, Post Award Small Business Program Rerepresentation (June 2007): 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated 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 Other Eligible 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 on Certain Foreign Purchases (Jun 2008); 52.232-34, Payment by Electronic Funds Transfer—Other Than Central Contractor Registration (May 1999).

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

The following clauses shall also be included in any resulting order: 52.227-14 Rights in Data-General, as modified by 1852.227-14 Rights In Data—General and 52.227-23 Rights to Proposal Data (Technical)(June 1987). Offerors shall address 52.227-15 Representation of Limited Rights Data and Restricted Computer Software, as applicable, in their response.

The selected contractor will be required to share technical proposal data (not sensitive financial data) and technical data delivered under the contract with the CEV Prime Contractor (Lockheed Martin), so that they can perform the work required under their contract.

All contractual and technical questions must be in writing (e-mail) to Elizabeth 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 to the Government, with consideration given to the factors of proposed technical merit, price, schedule/delivery and relevant past performance. Technical merit includes (but is not limited to) the following: heat load capability, pyro shock resistance, heat flux capability, thermo-structural integrity, relevant material history, vendor capabilities, availability of raw materials, quality of material property database, facility and infrastructure, and the offeror’s quality assurance system. Technical acceptability is a minimum Technology Readiness Level (TRL) of 6 as evidenced by arc jet test data, flight test 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), 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".

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/eps/bizops.cgi?gr=D&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

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


Point of Contact
Name:Elizabeth M. Sanchez
Title:Contract Specialist
Phone:650-604-5053
Fax:650-604-0932
Email:elizabeth.m.sanchez@nasa.gov

Name:Rachel Khattab
Title:Contracting Officer
Phone:650-604-5237
Fax:650-604-0932
Email: rachel.khattab@nasa.gov

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