Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOURCES SOUGHT

66 -- RECOVERY-Advanced Concrete Preparation and Evaluation Laboratory

Notice Date
3/27/2009
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
AMD-09-SS30
 
Archive Date
4/25/2009
 
Point of Contact
Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
Description
The Inorganic Materials Group at NIST requires large-scale experimental capacity for concrete research to complement its world-class theoretical and small-scale experimental expertise. To do this, a complete concrete laboratory, composed of several key components, must be obtained. Due to the fact that concrete is a composite material that depends on the environment and has properties that vary with time over periods of months to years, a complete concrete laboratory must have these components – no one device exists that can serve as a complete concrete laboratory. These components work together to make preparation and evaluation of concrete possible. The Inorganic Materials Group needs to routinely be able to: : (A) store large volumes of concrete-making materials (cement, sand, gravel), (B) store small volume materials and finished samples, (C) prepare materials, cure materials, and have long-time storage of materials in climate-controlled conditions, and evaluate materials in the fresh and hardened state at the (D) concrete component level (e.g. test cement and chemical admixture compatibility) and (E) at the finished, larger concrete specimen level (e.g. mechanical properties and durability of 150 mm x 300 mm concrete cylinders). In the following equipment list, each component is marked A, B, C, D, or E to show how what part it plays in the Advanced Concrete Preparation and Evaluation Laboratory. All components of the Laboratory must be commercial systems with a previous performance record. After results of this market research are obtained and analyzed and specifications are developed for systems that can meet NIST's minimum requirements, NIST may conduct a competitive procurement and subsequently award a Purchase Order. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. This contemplated procurement is anticipated to utilize Recovery Act Funding if it is determined that responsible sources can satisfy the requirement. NIST has a need for systems that would meet the following requirements: A) Six silos for storing concrete-making materials (Each has capacity 2-3 m3; loads from the top; discharges from the bottom through a valve. Clearance under the valve should allow a wheel barrow to be loaded; materials stored will be: cement, sand, gravel, therefore, the interior lining should be abrasion resistant and at least one silo should be able to be sealed to minimize moisture ingress; must be moveable by fork lift; and designed so that there is limited dust during loading and discharging) B) Automatic, large volume small sample storage system: Three units coupled together, computer-controlled, each unit is vertical lift system at least 15’ high. Each shelf in each unit must carry 200 lbs and be 3’ wide and 2’ deep, with at least 15 shelves per unit. There must be a conveyor belt discharge for the system, so that items come out on the conveyor belt. C) Four walk-in environmental chambers with controlled temperature and relative humidity (0 ºC to 95 ºC, 20 % to 98 % RH), approximate size each 9’ wide x 12’ long x 8’ high C) Automated mixer for small mortar samples (meets ASTM C 305, programmable mixing cycles and water delivery amounts from 50 to 500ml) C) Semi-adiabatic and isothermal calorimeters for mortar and for concrete samples (four calorimeters in all) D) Automated evaluation of set time (compatible with the Vicat needle test, ASTM C 191) D) Cement paste rheometer with variable geometry and viewing capability, temperature control. Must have controlled stress and strain; range of torque 0.05 N•m – 200 mN•m; angular velocity range 10-7 min-1 – 1500 min-1; normal force must be measurable; must have tools for concentrated suspension materials such as coaxial geometry with large gaps and serrated walls, vane, and serrated parallel plates. D) Automated evaluation of Blaine fineness of cement powders (compatible with ASTM C204) E) Two mechanical testing machines (fully automated), one with a maximum load capacity of at least 300,000 lbs, and one with high precision load and displacement measurement, maximum load capacity of at most 100,000 lbs E) Ultrasonic resonance frequency testing apparatus for bulk and shear elastic moduli evaluation E) Freeze-thaw chamber for concrete specimens, meets ASTM 666 specifications E) Devices for evaluation of early-age deformation of mortar and concrete (shrinkage drain for concrete, shrinkage cone, ultrasonic testing system for setting) NIST is seeking responses from all responsible sources, including large, foreign, and small businesses, which can assemble and supply all components of this concrete laboratory as a complete package. Small businesses are defined under the associated NAICS code for this effort, 334519, as those domestic sources having 500 employees or less. Please include your company’s size classification in any response to this notice. Companies that assemble this type of complete laboratory and deliver and install the package are requested to email a detailed report describing their abilities to todd.hill@nist.gov no later than the response date for this sources sought notice. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each instrument for which specifications are sent to todd.hill@nist.gov are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c89d543b9f6ff42f02a27692f4f8c55&tab=core&_cview=1)
 
Place of Performance
Address: NIST, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01779959-W 20090329/090327220312-8c89d543b9f6ff42f02a27692f4f8c55 (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.