SOLICITATION NOTICE
66 -- Yarn Evenness Tester
- Notice Date
- 8/6/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area Office/Athens, GA, 950 College Station Rd., Athens, Georgia, 30605
- ZIP Code
- 30605
- Solicitation Number
- RFQ-035-4384-08
- Archive Date
- 9/30/2008
- Point of Contact
- Alan R. Moore,, Phone: (706) 546-3530
- E-Mail Address
-
alan.moore@ars.usda.gov
- Small Business Set-Aside
- N/A
- Description
- (i) This 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; prices and descriptive literature describing how the offered product meets the requirements listed in this synopsis are being requested and a written solicitation will not be issued. (ii) This solicitation number RFQ-035-4384-08 is issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) This procurement is unrestricted. The NAICS code is 334516, Analytical Laboratory Instrument Manufacturing. The small business size standard is 500 employees. (v) CLIN 1, Yarn Tester, 1 each. (vi) The Cotton Quality Research Station requires a yarn evenness tester, USTER TESTER 5-S800 or equivalent (item meeting salient characteristics shown below) that provides precise measurements of the most important quality parameters for describing mass evenness and imperfections in yarn. The test shall have a throughput speed of not less than 800 m/min. The tester shall consist of the following features. SENSOR CS: Capacitive measurement of mass variations and imperfections in yarn, roving and sliver of staple fibers. It shall have a measurement range of approximately 1 tex to 12 ktex (limitations according to the type of fiber are possible). SENSOR FM: Determination of the number of foreign matter of staple fiber yarns in the count range of 100 tex to 4 tex in absolute or relative values (1 km, 10 km, 100 km). The tester shall have a minimum test length is 1000 m. SENSOR HUMIDITY AND TEMPERATURE: Integrated sensor for measurement of humidity and temperature in the environment of the Test Unit. The tester shall measure Humidity: +/- 3% RH at a temperature of 21°C and Temperature at +/- 0.3°C at a temperature of 20°C. The tester shall also be able to be configured to support one or more of the following optional measurement modules. SENSOR OH, HAIRINESS: Determination of the hairiness of staple fiber yarn in the range of approximately 5 to approximately 1000 tex (limitations according to the type of fiber are possible). SENSOR OI, IMPURITY: Determination of trash and dust of staple fiber yarn in the range of approximately 5 to approximately 200 tex (limitations according to the type and color of yarn are possible). SENSOR OM, MULTIFUNCTIONAL MEASURING UNIT: Determination of the shape and variation of the cross-section of staple fiber yarn in the range of approximately 5 to approximately 200 tex (limitations according to the type of yarn are possible). SENSOR FSA: Manual determination of the absolute count of yarn, roving and sliver of staple fibers in the count range of 1 tex to 50 ktex. SENSOR FA: Automatic determination of the absolute yarn count and semi-automatic determination for roving and sliver of staple fibers in the count range of 1 tex to 50 ktex. Specifications for sensor output results are as follows: RESULTS (SENSOR CS) - - UNEVENNESS U: Determination of the mass unevenness by help of the irregularity. COEFFICIENT OF VARIATION CV: Determination of the mass unevenness by help of the coefficient of variation. COEFFICIENT OF VARIATION CV(L): Determination of the unevenness for cut lengths of 1, 3, 10, 50 or 100 m. DEVIATION RATE DR%: 4 channels with separately selectable ranges and integration lengths: DR, DR+, DR-, DRt. MAXIMUM MASS VARIATION: m (max) = maximum mass increase; m (min) = maximum mass reduction - Possible cut lengths for the calculation: 1, 3, 10, 50 or 100 m; INDEX I OF IRREGULARITY: Relationship between the ideal and the actually measured unevenness of staple fiber material. IMPERFECTIONS: Counting of thin places, thick places and neps with selectable sensitivity limits: Thin places: -30%; -40%; -50%; -60%; Thick places: +35%; +50%; +70%; +100%; Neps: +140%; +200%; +280%; +400%. RELATIVE COUNT: Percentage count variation of the test material between single tests in a sample, with reference to a selectable material length. Results (SENSOR FM): FD: foreign matter dark. Number of foreign matter in absolute or relative value (1 km, 10 km or 100 km) according foreign matter matrix in a table. Results can be summed up for long-term monitoring. RESULTS (SENSOR OH) - - HAIRINESS H: Determination of the hairiness. STANDARD DEVIATION SH: Standard deviation of hairiness. STANDARD DEVIATION SH(L): STD of hairiness for cut lengths of 1, 3, 10, 50 or 100 m. MAXIMUM HAIRINESS DEVIATION: h (max) = maximum hairiness increase; h (min) = maximum hairiness reduction; Possible cut lengths for the calculation: 1, 3, 10 m. RESULTS (SENSOR OI) - - TRASH AND DUST PARTICLES: Determination of the number of trash and dust particles. Classification of the dust particles (i.e., as either dust or trash). Determination of the mean diameter over the test length. Results (SENSOR OM) - - COEFFICIENT OF VARIATION CV2D: Determination of the cross-sectional variation. SHAPE: Determination of the roundness of the yarn body. DENSITY D: Calculation of the yarn density. ABSOLUTE COUNT: Determination of the length-related mass value. (vii) Delivery shall be FOB Destination, Cotton Quality Research Station, McGregor Road, Ravenel Center, Room 10, Clemson, SC 29634, within 90 days of contract award. Inside delivery is required. Acceptance shall be made at destination. (viii) The provision at 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. NOTE: Since this is a combined synopsis/solicitation and no written solicitation will be issued, please disregard references to the SF 1449 in this provision; other instructions still apply. The Federal Acquisition Regulation (subpart 4.11) requires that contractors be registered in the CCR database prior to being awarded a contract. Detailed information about CCR is available on the World Wide Web at http://www.ccr.gov/. The CCR Customer Assistance Center can be contacted toll free at 1-888-227-2423. The Federal Acquisition Regulation (subpart 4.12) now requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. (ix) The contracting officer will make award based on price and price-related factors. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications - Commercial Items, with its proposal. Offerors shall also include a completed copy of the provision at FAR 52.225-4, Buy American Act-North American Free Trade Agreement-Israeli Trade Act Certificate. A copy of this provision can be downloaded from http://www.arnet.gov/far/loadmain52.html by following the appropriate links in part 52. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following terms and conditions are added as an addendum to this clause: (a) Inspection/Acceptance. Inspection shall consist of an operational test using ASTM 1425-96. The operational test shall last up to five working days. All test results shall be within acceptable limits standard to the industry. If the operation test indicates the item meets the requirements of the contract, the item will be accepted. (i) Payment. (Add the following narrative.) (6) Payment through Purchase Card. Payment will be made through the Government Purchase Card (VISA). When the order is issued, and upon submittal of written evidence by the vendor that the item has been shipped, the Contracting Officer will provide information concerning how the vendor may charge that card. Any requirements for progress payments shall be identified in the proposal. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5, which are to be indicated by the contracting officer as incorporated by reference, are applicable to this acquisition: 52.203-6; 52.219-8; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.222-50; 52.225-3; 52.232-34. (xiii) The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. (xiv) Responses [pricing, descriptive literature, copy of standard commercial warranty, and provisions identified in paragraph (x) above] are due bye the lose of business on September 15, 2008, at USDA Agricultural Research Service, 950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677, Athens, GA 30604-5677). (xv) Point of contact for this acquisition is Alan Moore, Contracting Officer, (706) 546-3530, fax (706) 546-3444.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8a6852fc7dd869ebdb122e9f6fd43b5d&tab=core&_cview=1)
- Place of Performance
- Address: Cotton Quality Research Station, McGregor Road, Ravenel Center, Room 10, Clemson, South Carolina, 29634, United States
- Zip Code: 29634
- Zip Code: 29634
- Record
- SN01633393-W 20080808/080807105402-8a6852fc7dd869ebdb122e9f6fd43b5d (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 |