Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOLICITATION NOTICE

66 -- UNIAXIAL LOAD FRAME MATERIALS SYSTEM

Notice Date
9/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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
NNC10334618Q-1
 
Response Due
9/28/2010
 
Archive Date
9/21/2011
 
Point of Contact
Amanda L. George, Student Contract Specialist, Phone 216-433-3265, Fax 216-433-2480, Email amanda.l.george@nasa.gov
 
E-Mail Address
Amanda L. George
(amanda.l.george@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued. This notice isbeing issued as a Request for Quotations (RFQ).NASA/GRC has a requirement for (1) Uniaxial Load Frame Materials System in accordancewith the below specifications. The provisions and clauses in the RFQ are those in effect through FAC _2005_-44.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334519/500respectively. The offeror shall state in their offer their size status for thisprocurement. All responsible sources may submit an offer which shall be considered by the agency. Final product delivery is required not later than 60 days after contract award. Delivery shall be FOB Destination to:NASA Glenn Research Center, Attn: David Krause, MS 51-121000 Brookpark Rd.Cleveland, OH 44135. Offers for the items(s) described above are due no later than 4:30 p.m. on September 28,2010 to:NASA Glenn Research CenterAttn: Amanda George M/S: 60-1 21000 Brookpark Rd.Cleveland, OH 44135amanda.i.george@nasa.govand must include, solicitation number, FOB destination to this Center, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. It is critical thatofferors provide detailed information to allow evaluation of their offer. In addition tothat required under the above clause, the following additional items are required to besubmitted as part of the offerors response to the solicitation. A technical description of the items being offered in sufficient detail toevaluate compliance with the detailed specifications of the Statement of Work. In accordance with FAR 52.212-2 Evaluation Commercial Items (incorporated byreference), selection and award will be made to that offeror whose offer will be mostadvantageous to the Government. Consideration will be to the factors of proposedtechnical merit and price. The following factors will be used to evaluation offers: Technical Merit: The contractors technical approach to successfully comply withthe detailed specifications of the Statement of Work as detailed in the Contractorsresponse including the technical description and equipment.Price:The price to deliver the required product.Technical merit and price are considered to be of equal importanceIf the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Any contractual and technical questions shall be in writing (e-mail or fax) to AmandaGeorge not later than September 28, 2010. Telephone questions will not be accepted. Offerors must include completed copies of the provision at 52.212-3 OfferorRepresentations and Certifications - Commercial Items (AUG 2009), with their offer. Thesemay be obtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note 'B'. Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Any referenced notes may be viewed at the following URLs linked below. General SpecificationsA. General DescriptionThe Offeror shall provide a Uniaxial Load Frame materials testing system, which shall bea complete dual column tabletop electromechanical uniaxial load frame system with acapacity of at least 50 kN (11,000 lbs). The system shall include an integrated digitalclosed-loop control system with automated, programmable data acquisition. Extension(position, displacement, or stroke) and load measurement subsystems shall be integral andincluded. All hardware and software necessary for independent operation of the UniaxialLoad Frame shall be included.B. Detailed RequirementsThe Uniaxial Load Frame system shall include the following features and meet thefollowing specifications:1.minimum load capacity, at least 50 kN (11,000 lb)2.electromechanical actuation of moving element, in a tabletop load frameconfiguration3.dual-belt-designed drive system connection to ball-drive screws to minimizedeflection influence of gear drives and maintain compatibility with existing NASA testhardware and procedures4.120V power source5.closed loop control with a minimum of two user inputs in addition to position andload channels 6.included load cells: 0.5 kN (112 lb) and 50 kN (11,250 lb), both with necessarymounting hardware and electrical cables7.minimum constant crosshead speed, at most 1 micron/minute (0.00004 in/minute)8.maximum constant crosshead speed, at least 600 mm/minute (24 in/minute)9.minimum crosshead travel, at least 1120 mm (44 in)10.specimen and test frame protection with adjustable limits for all controlchannels11.specimen protect to limit load while in extension (position, displacement, orstroke) control12.load cell positioning features to efficiently change load cell transducers13.platens and anvils to load specimens in compression14.mechanical features enabling ready installation of NASA-developed independentmicro-axial and nano-rotational displacement actuation and sensors, test article mountinghardware, and precision mechanical noise reduction fixtures for highly precise lasermeasurement systems15.minimum column spacing, at least 16 inch16.separate control panel for basic test frame operations17.features to assign real time data display from two channels at users choice18.integrated closed-loop computer control system with testing software capable oftension, compression, flexure, stress relaxation, creep, peel, tear and friction testing,controlled from extension (position, displacement, or stroke), load, or user inputchannel; compatible with Instron Bluehill 3 testing software19.software capable of producing customized loading configurations, and features toacquire and store test data and generate custom reports20.computer hardware system minimum configuration: Windows XP Professional PCworkstation with 2.66 GHz Intel Core2 Duo E6750 processor, 1GB ram, 80 GB hard drive,DVD/RW, graphics card, speakers, two PCI expansion slots, XP operating system, 19 LCDmonitorC. Delivery, Support, Manuals, and WarrantyThe Offeror shall deliver, install, and commission the Uniaxial Load Frame system at NASAGlenn Research Center, and provide certification of calibration for all supplied testsensors. The Offeror shall provide on-site training for the system to at least threetechnicians, and offer unlimited email and telephone application support for a period ofat least one year after delivery of equipment. The Offeror shall provide installation,operation, and maintenance manuals for all equipment furnished. The Offeror shall warrantthe system for a period of at least one year after delivery of equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10334618Q-1/listing.html)
 
Record
SN02291155-W 20100923/100921235721-1b20bec830372ea9f7680222341f1b7f (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.