SOLICITATION NOTICE
66 -- Computed Micro Tomography X-Ray Machine
- Notice Date
- 5/11/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- 308 W D Avenue, Bldg 260 Suite 130 Eglin AFB FL 32542-5418
- ZIP Code
- 32542-5418
- Solicitation Number
- F1TBAP9092A001
- Response Due
- 5/26/2009
- Point of Contact
- Christine L. Meyling, Phone 8508820349, - Oscar J. Casillas, Contract Specialist, Phone 8508820322, Fax 8508821680
- E-Mail Address
-
christine.meyling@eglin.af.mil, oscar.casillas@eglin.af.mil
- Small Business Set-Aside
- N/A
- Description
- The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Computed Micro Tomography X-Ray Machine (specific description below). This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1TBAP9092A001. The North American Industry Classification System (NAICS) code for this acquisition is 334516 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. This is a full and open competition. Background: We are seeking a tool to investigate the microstructures of composite materials ranging from energetic materials to concretes. We would like to make non-destructive measurements and construct a 3-D renderings which could then be input into a computer model, as well as use these microstructures to determine characteristics of the compacted materials such as specific surface area of primary particles and particle/pore geometry characteristics. Particle sizes of organic explosive might be as small as several microns, while the aggregate in concrete would be considerably larger, and therefore require samples greater than 65 mm in diameter. We are specifically interested in taking the 3-D structures provided by the XCMT machine and turning it into a computational mesh. This would probably best be done if the 3-D image is in some kind of CAD format. In any event, we want to take the actual internal structure and generate a computational mesh in order to perform analysis on that known structure. We would like to have the capability to perform dynamic tensile and compression testing of specimens, this is not mandatory but it is highly desired. The requirement consists of the following items: 1 Computed Micro Tomography X-Ray Machine Description: Minimum Requirements: 1. At a 5 mm sample size, 1 micron resolution is required. 2. At a 50 mm sample size, 10 micron resolution is required. 3. Largest sample size to be at least 65 mm diameter by 100 mm long. 4. The ability to handle materials that have similar material contrast. For example, must be able to resolve table sugar dispersed in a polyurethane binder, as well as fine aluminum powder (~20 micron) dispersed in a polyurethane binder. 5. Must be able to examine samples that are irregularly shaped. 6. Require that the XCMT can effectively handle a large variety of materials from carbon fiber composites, polymer foams, machined parts, metal specimens and high explosives with large range of Z materials. 7. Ability to convert the data to 3-D computer generated image which can be put into a mesh file for computer simulations. 8. Must be able to fit through a 6 foot wide and 6 foot high door. 9. Software for quantitative analysis and for presentation. 10. Must produce negligible X-Ray signature outside of instrument so that no dosimeter is required for personnel when working with or around the XCMT continuously (2000 hrs/yr). 11. New Materials: All parts used in this system must be new. No recycled, refurbished, or otherwise used parts are permitted in this system. 12. Utility Requirements: The vendor will provide all electronic controllers as well as interconnection and power cables required for operation using 110 VAC, 60 Hz power. The system must be air cooled and not require water hook-up. If chilled water is required for instrument cooling, the chilling unit must be provided with the instrument and operate using 100V, 60Hz power. Vendor will describe in writing the utility requirements (including connections and capacity) upon contract approval so that appropriate infrastructure arrangements can be made prior to shipment of XCMT. 13. Documentation/Data: Require a copy of all documentations, user instructions prior shipments. 14. Delivery, Installation, and Training: Provide approximately delivery date of the system, installation of system on site, and training for two operators. 15. Serviceability and Warranty: Vendor will clearly describe which parts are covered under the standard Warranty, the duration of the standard Warranty. Vendor is invited to propose as an option an extended Warranty plan which will cover all parts, labor, and travel charges for a limited time period. 16. Vendors are invited to submit as an option a tensile/compression load cell capable of at least 440 N for a sample size diameter of at least 20 mm in the XCMT. 17. Vendors are invited to submit as an option advanced computational capabilities to reduce time required to manipulate/transform data, or convert data between different file formats. ***Delivery shall be no later than 20 weeks ADC!!*** The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The following clauses are incorporated by reference: FAR 52.212-1, Instructions to Offers - Commercial Item and any addenda to the provisions; (Jan 99), 52.212-2, Evaluation - Commercial Items; (Jan 05) Technical capability is more important than price, 52-212-3, Offeror Representations and Certifications - Commercial Items (Offerors must submit a complete copy with their offers; 52.212-4 Contract Terms and Conditions - Commercial Items; (Oct 03), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.219-8 Utilization of Small Business Concerns; • 52.222-3 Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21 Prohibition of Segregated Facilities; • 52.222-26 Equal Opportunity; • 52.222-36 Affirmative Action for Workers With Disabilities; • 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; • 52.225-13 Restrictions on Certain Foreign Purchases; • 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.247-34 FOB Destination • 52.233-2 Service of Protest • 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination, (11/91) • 52.252-2 Clauses Incorporated by Reference; (FEB 98), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. • 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05), • 252.225-7001 Buy American Act and Balance of Payment Program; (Jun 05) • 252-232.7003 Electronic Submission of Payment Report, (Jan 04), Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 2:00 P.M., Central Time on 26 May 2009. The proposal is at the discretion of the offeror. Email all packages to 1st Lt Christine Meyling at christine.meyling@eglin.af.mil. 1st Lt Oscar Casillas will be the alternate POC for this contract; email at Oscar.casillas@eglin.af.mil. Approved, //SIGNED// __________________ SARILYNN THOMAS NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TBAP9092A001/listing.html)
- Record
- SN01813958-F 20090513/090511233025 (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 |