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

SPRING TUBES FOR HYBRID THERMAL BARRIERS


Synopsis/Solicitation Combo - Aug 22, 2008

General Information
Solicitation Number: NNC08264512Q
Posted Date: Aug 22, 2008
FedBizOpps Posted Date: Aug 22, 2008
Original Response Date: Aug 28, 2008
Current Response Date: Aug 28, 2008
Classification Code: 93 -- Nonmetallic fabricated materials
NAICS Code: 314999 - All Other Miscellaneous Textile Product Mills

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

Description
 
NASA/GRC has a requirement for the fabrication of high temperature hybrid thermal barriers to support research efforts at the NASA Glenn Research Center (GRC). Specifications and quantities for requested samples are outlined in a line item format to allow incremental purchasing as permitted by available funding and research needs. Interested parties should quote each line item as outlined herein in order to be considered for possible award.

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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement IS set aside for small business. If you are viewing this solicitation on the fedbizops website, you must check the NASA Business website for amendments and other forms (this is due to the fedbizops software design). http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offerors responsibility to check the NASA Business website for any amendments.

This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation.

GENERAL SPECIFICATION:

The Contractor shall furnish SPRING TUBES for Hydral Thermal Barriers.

SPECIFICATIONS The terms ¡°seal¡± and ¡°thermal barrier¡± are used synonymously herein. The selected vendor shall produce hybrid thermal barriers to be evaluated at NASA GRC in three different widths: 1.0-in., 1.5-in., and 2.0-in. There are two versions of the 1.5-in. seal. Respective designs are illustrated in Figure 3. Fabrication materials are to include Rene 41 alloy high temperature spring tubes, SaffilR insulation, Nextel 440 fabric sleeving, and Nextel 440 thread. The hybrid thermal barriers are to have three distinct components: 1.) Rene 41 spring tube thermal barriers; 2.) SaffilR/Nextel 440 pillows; 3.) Nextel 440 external sleeve. The spring tube thermal barrier is to be constructed by inserting SaffilR insulation into the center of the Rene 41 spring tube (6 pcf SaffilR density) and then covering the outside of the spring tube with a Nextel 440 sleeve. The SaffilR/Nextel 440 pillow is to be fabricated by inserting SaffilR insulation into a Nextel 440 sleeve (¡Ü 9 pcf SaffilR density). The final composite structure is to be completed by inserting the individual components (in varying configurations) into a larger Nextel 440 sleeve. The pillow portion of the seal is then stitched through, top to bottom (Figure 3) using Nextel 440 sewing thread, to prevent the SaffilR from being sucked out of the overall construction during seal use, and to attach the outer sheath to the inner pillow. However, this stitch is to be created in a manner that does not deform the outside of the seal, thus leaving a flat top and bottom surface to allow seal installation on the vehicle. Each component is to be sized appropriately in order to achieve the seal dimensions specified in Table 1, and relative sizes illustrated in Figure 3. Multiple lengths of each seal design are required, and are listed in detail in Table 1. All items are to be quoted for fabrication by line item, creating a menu of seals to be ordered.

BACKGROUND Thermal barriers are required in reentry vehicles to seal the gaps between various thermal protection system (TPS) components. These seals prevent the ingestion of high temperature gases into temperature sensitive locations. Current state-of-the-art control surface seals (Figure 1) are insufficient in many advanced reentry vehicle applications as they exhibit poor resiliency (springback after compression) at high temperatures. The baseline control surface seal consists of a SaffilR batting core, a knitted Inconel X-750 spring tube, and 2 layers of braided Nextel 312 sleeving. NASA GRC has developed and tested improvements to the individual components of this seal to extend its application to more demanding environments (substitution of Rene 41 alloy wire for the baseline Inconel X-750 material, etc.). A second thermal barrier that has been considered for higher temperature applications is a gap filler design (Figure 2) that consists of Nextel 440 fabric and SaffilR insulation (no metallic components). Gap fillers are able to withstand higher temperatures due to the absence of a metallic spring element, but consequently suffer from limited resiliency. To address this issue, the gap filler and the spring tube thermal barrier can be used in conjunction with one another. In this configuration, the gap filler is placed upstream of the spring tube thermal barrier, thereby reducing the temperature seen by the spring tube thermal barrier. By combining the thermal barrier and gap filler concepts into one composite thermal barrier system, the elements work synergistically in a compact design. As such, NASA GRC would now like to incorporate these two individual concepts into a single integrated hybrid thermal barrier design.

Final overall seal heights for all requested design configurations are listed in Table 1. The outer surface of the hybrid thermal barriers (Nextel 440 sleeving) should resemble the surface of the baseline seals in terms of surface characteristics and structural integrity, as closely as possible. Additional details regarding the individual seal components are provided in this section. Samples of the baseline seal designs will be available for examination upon request. Each of the final seal samples is to be supplied to NASA GRC in accordance with Table 1 specifications. The seals should NOT be heat-cleaned prior to shipment to NASA GRC unless special approval is granted by NASA GRC. This will prevent fraying of the Nextel 440 fabric during shipping and avoid changing the properties of the metallic spring tube element through unchecked heat exposure. Seal samples shall be free of tears and other damage to the sleeving and other components, and should be uniform in size along the entire length. It is desirable that the final seal constructions should exert minimal loads when compressed (target of ¡Ü 10 psi at 50% seal compression).

Table 1:Specifications for requested seal fabrication Line # Seal Width [in.] Seal Configuration No. of Spring Tubes Overall Dimensions [in.] (width x height x length) Quantity Date Required 1 1.0 a.) 1 (0.56 in. O.D.) 1.0 x 0.70 x 36.0 7 10/17/08 2 1.5 b.) 1 (0.56 in. O.D.) 1.5 x 0.70 x 36.0 7 10/17/08 3 1.0 a.) 1 (0.56 in. O.D.) 1.0 x 0.70 x 36.0 1 1/30/09 4 1.5 c.) 2 (0.56 in. O.D.) 1.5 x 0.70 x 36.0 2 1/30/09 5 2.0 d.) 2 (0.56 in. O.D.) 2.0 x 0.70 x 36.0 2 1/30/09

SaffilR Insulation The spring tube thermal barrier and SaffilR /Nextel 440 pillow cores should consist of SaffilR bulk fiber (HA, HX, or LA) or SaffilR blanket available from Thermal Ceramics (www.thermalceramics.com). The installed cores should be uniform and have a final density of 7 ¡À2 pcf along the entire seal sample (6 pcf SaffilR density in the spring tube thermal barrier section, ¡Ü 9 pcf SaffilR density in the SaffilR/Nextel 440 pillow section). Spring Tube NASA GRC will supply the spring tube required to fabricate the requested seals. Appropriate lengths of Rene 41 spring tube, having an outside diameter of 0.560 ¡À0.025-in., will be supplied to the selected vendor. Care should be taken during the seal fabrication/assembly process to minimize kinking, deformation, or other damage to the spring tube element.

Sheath (sleeving) All sheath material used in fabrication of the hybrid thermal barriers shall be braided from 3M Nextel 440 ceramic material. Specifications for sheath construction for each of the individual seal components are outlined with respect to seal width in Table 2. The internal sheaths (covering the spring tube thermal barrier and SaffilR pillow elements) should be fabricated using a 1-end braid. The external sheaths of the 1.0-in. and 1.5-in. seals are to be fabricated using a 3-end braid, whereas the outer sheath for the 2.0-in. samples is to incorporate a 6-end braid. The sheath material may either be slipped over the seal components or may be braided in-situ over the seal components to provide the best uniformity possible. Including the Nextel sheath layers, the final seal height is to be 0.700 ¡À0.060-in. The Nextel sheath for each sample should NOT be heat-cleaned prior to shipping to NASA GRC unless special permission is granted by NASA GRC.

The specifications and drawings are linked above or may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin= .

The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13.

Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than 8/27/08 or to: The NASA Glenn Research Center, 21000 Brookpark Rd., Attn: Dennis D. Pehotsky, MS 500-319, Cleveland, OH 44135, or by calling (216)-433-2757 no later then 4:30 P.M.. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any).

Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to state sales tax or laws of a specific state. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement.

Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices.

Note to those offering installation at the Government facility: The proposed price SHALL include all necessary travel, per diem amounts, labor etc. In your proposal clearly state the number of people and number days they will be installing the equipment at NASA GRC. Clearly state any travel costs and whether these are air fare or other mode of transportation and the per diem rate used. Per diem rates can be found at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC

The provisions and clauses in the RFQ are those in effect through FAC 05-17. The NAIC code is 314999 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency.

The DPAS rating for this procurement is DO-C9.

Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offer should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number, Representations and Certifications, identification of any special commercial terms, description of items offered per 52.212-1 (and as modified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ¡°track changes¡± feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offers Are acceptable.

A copy of a published price list, catalog price or computer page printout showing the price for all items. Items may also be included if desired. Offerors may cite the web site that demonstrates all specifications are met for the item offered in lieu of providing a paper copy. Web sites that are not viewable for any reason for up to 5 business days after the offer due date may result in the offer being determined to be non-responsive.

If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin.

Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications¡ªCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any.

The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov .

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable.

a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

__ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). __ (16) 52.223-3, Convict Labor (June 2003) (E.O. 11755). __ (17) 52.222-19, Child Labor¡ªCooperation with Authorities and Remedies __ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (20) 52.222-35 , Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (26) 52.225-1, Buy American Act¡ªSupplies (June 2003) (41 U.S.C. 10a-10d). __ (35) 52.232-34, Payment by Electronic Funds Transfer¡ªOther than Central Contractor Registration (May 1999) (31 U.S.C. 3332 ).

The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

Evaluation¡ªCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror on a BEST VALUE basis. Selection and award will be made to that offeror whose offer will be the most advantageous to the Government, with consideration given to the factors of technical capability of the item(s) offered to meet the specifications, price, past performance and best value requirements.

An ombudsman has been appointed - See NASA Specific Note "B".

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


Point of Contact
Name:Dennis D. Pehotsky
Title:Purchasing Agent
Phone:216-433-2757
Fax:216-433-2480
Email:Dennis.D.Pehotsky@nasa.gov

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