Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

66 -- AXIAL TORSION RIG SYSTEM

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07205405Q
 
Response Due
6/28/2007
 
Archive Date
6/15/2008
 
Small Business Set-Aside
N/A
 
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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. All responsible sources may submit an offer which shall be considered by the agency. This notice is being issued as a Request for Quotations (RFQ) for MTS 858 Axial-Torsion System or equivalent. Specifications: This is a brand name or equal procurement for an MTS 858 Axial-Torsion System. The system shall meet or exceed the following salient characteristics: 1. Load frame: -The unit shall have 3.0 inch diameter columns. The torsional stiffness is a function of diameter^4 so the column size dictates the torsional stiffness which has an effect on testing results. This is more important with extended columns. -The standard torque capacity shall be 200 N-m. -The unit shall incorporate a proportional slow turn on manifold with off/low/high pressure control and a proportional slow turn on valve for safety of the operator and specimen. -The unit shall have Pressure & Return accumulators. 2.Hydraulic Pump (HPU): -The HPU shall have a variable displacement, pressure compensating piston pump to ensure flow meets the required demand, yet automatically reduces flow (and operating cost) when demand is low. -The HPU shall operate at no more than 60 db(A) when measured at 3 feet at full pressure, fully compensated. -The HPU shall be able to operate to the noise specification at full output without the need for a pump room or enclosure (for hearing safety reasons). -The HPU motor and pump assembly shall be submerged in the reservoir for complete leak free operation, reduced transmitted noise and minimized thermal gradients across pump mechanisms, in order to increase pump life. -The electric pump motor shall be liquid cooled to increase motor life and efficiency. The motor should also be capable of operating at an efficiency level of at least 90%. -The HPU shall be as small and portable as possible and should offer reconfiguration capability. 3. Controller: -The controller shall provide Deterministic Amplitude Phase Control. Amplitude Phase Control keeps the amplitude and phase the same as the command which is important for meeting end levels during testing. -The controller shall be capable of using calculated channels on all input channels. This feature is required for adequate control during testing. -The controller shall have a 6 kHz control rate with Burst Mode to 45 KHz. -The controller shall have dual combination (ac/dc), 32 bit signal, 100 kHz conditioners. These Digital Universal Conditioners provide conditioning for both AC and DC type transducers. This technology (combined with normalization) makes it possible for a user to easily move transducers or conditioners from system to system. -The system shall allow for interchangeability of new or existing load cells and extensometers with EPROM based calibration tagging which is important for ISO requirements. -The controller shall have an On Screen oscilloscope with auto scaling and frequency domain capability. This feature allows the simultaneous use of multiple scopes to display different types of data to insure that experimental setup conditions and parameters have been adequately accounted for prior to testing. -The controller shall have adjustable meter displays with the number of displays being user selectable. -The controller shall have Run/Stop/Hold tapering (meaning that the user can define the taper time for system start/stop). -The controller shall be capable of performing Calculated Input Control (up to 8 channels using the following math functions; +, -, *, /, cos, exp, ln, log, power, sin, tan, time, loops and look up tables). -The controller shall have the capability of Low Rate Channel Support. This allows control of another device like an environmental chamber, but updates at a slower loop rate. -The controller shall allow for the ability to independently control the HSM on the load frame and the Hydraulic power unit to allow multiple systems to be run from the same Controller with push button on/off, high/low pressure control. -The unit shall be capable of allowing up to 6 A/D input channels to be used as a control variable with mode switch operation capability between any of the valid channels. - System installation and configuration to be performed at NASA Glenn Research Center. Delivery to NASA Glenn Research Center is required within 180 calendar days After Receipt of Order (ARO). Delivery shall be FOB destination. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THE ITEMS MEET THE ABOVE SPECIFICATIONS** The provisions and clauses in the RFQ are those in effect through FAC 05-16. The NAICS Code and the small business size standard for this procurement are 334519 and 500 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. All contractual and technical questions must be in writing (e-mail or fax) to Michael Kinkelaar not later than Wednesday June 20, 2007. Telephone questions WILL NOT be accepted. Offers for the item(s) described above are due by June 28, 2007, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-305, Cleveland, OH 44135, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per FAR 52.212-1-Instructions to Offerors-Commercial Items and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for requested items may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form. This form may be obtained via the internet at URL: Informed : ftp://ftp.hq.nasa.gov/forms/pdf/sf1449.pdf The DPAS rating for this procurement is DO-C9. Offerors shall provide the information required by FAR 52.212-1 (SEP 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: None. 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 (MAR 2007)Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses: 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) 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: _x_ 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _x___ 52.211-6 Brand Name or Equal. (Aug 1999) _X_ 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). _X_ (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sept 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). _X_ 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). X__ 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ 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). _X_ 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X__ ( 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). _X_ 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _X_ 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d). X__ (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). _X_ 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _x_ 52.232-34, Payment by Electronic Funds Transfer?Other 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 Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, 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. 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=22 . An ombudsman has been appointed - See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs link below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#125266)
 
Record
SN01320546-W 20070617/070615224325 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.