Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
MODIFICATION

66 -- Micro-Universal Test Machine

Notice Date
9/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument 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
SB1341-11-RQ-0717
 
Archive Date
10/4/2011
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Consistent with Amendment A003, the response date is hereby changed from September 12, 2011 at 3:30 PM Eastern Time to September 19, 2011 at 3:30 PM Eastern Time. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. The National Institute of Standards and Technology (NIST), Materials and Construction Research Division of the Engineering Laboratory, requires the purchase of a micro-universal test machine to measure the tensile, compressive, and fatigue properties of polymeric films, fibers and fracture specimens. The universal test machine must operate in displacement and load control. It must be fitted with a secondary displacement measurement (e.g. LVDT). Responsible quoters shall provide pricing for all of the following line items: LINE ITEM 0001: Quantity one (1) each Micro-Universal Test Machine that includes all of the following components and meets or exceeds all of the following required specifications: 1.1 Universal Test Frame -Test frame must be rated for a maximum load of 2.2 kN in tension and compression and operational temperature range at least 0 C to 120 C; -The test frame sample area must be capable of insertion into thermal chamber or load cell. The thermal chamber and the aqueous environment cell must be available from the Contractor as with the minimum specifications provided under option line items for these items; -Test frame grip and sample area must be conducive to visualization of deformation region with a microscope during testing; -Sample must deform in tension and compression such that center of sample is fixed in space to enable recording of deformation and failure. Test frame must work in either horizontal or vertical configuration; -Testing speed range from at least 0.05 mm/min to at least 125 mm/min at full load capacity. Must be capable of achieving testing speeds at least 500 mm/min at 20% of full load capacity; -Machine must be capable of accepting samples at least between 5 mm and 30 mm in length; -Maximum stroke range at least 75 mm; -System must have independent displacement measurement with a resolution of 1 micrometer. Software and Controller -The Contractor must supply a computer sufficient to operate software that controls test frame and data acquisition; -Closed loop servo controller with a minimum of 5 kHz update rate for control loop; -Minimum data collection rate from 0.5 Hz to 1 kHz; -Software must display: *Real time input channel data as defined in Input Channels; *Real time XY graphical format of two user selectable channels; *User selectable units: English, Metric, and SI at a minimum; -Input Channels: *Four input channels to collect load, position, and two strain channels; *At least one additional input channel for collecting real-time data from another measurement device for example; an oven thermocouple, load cell, or extensometer; *Ability to save the four input channel configurations and recognize transducers; -Output Channels: *Channel to control motor movement in order to deform sample; *At least 4 digital outputs for interfacing to external devices; -Capability to create specialized reports from test data to include all of the following, at a minimum: *An XY graph of test data selected by user; for example deflection vs. time, load vs. time, and load vs. deflection; *Calculated material test properties such as Modulus of Elasticity, yield stress, strain at failure, and load at failure. Curve fitting must be shown if curve fitting is required to calculate a property, such as elastic modulus and yield stress by offset; *Up to 10 user-definable information fields to indicate at minimum: sample number, temperature, data, sample name, test conditions; *Collect statistical data (average, standard deviation, high value, low value) from multiple tests. *Plot up to 10 curves on a single XY graph in the report; -Capability to export raw test data to ASCII or CSV formats; -Capability to operate universal test frame using all of the following, at a minimum: *Constant displacement rate (speed) within machine specifications; *Load-hold-unload programs with ability to select displacement rate (speed) for loading and unloading and hold time; *Operate in fatigue mode with a triangular, square wave or sine wave input supplied by controller; *Fatigue tests frequency from 0.5 Hz to 3 Hz; *Full capability to construct complex multi-segment tests; 1. Add multiple control or deformation profiles into test procedure; 2. Ability to save specialized methods for recall later. *Capability to save and recall test methods; *Operate machine in either displacement and load control. -For load control user must have capability to change controller parameters (gains) to achieve set-points in order to tune machine for different materials; -Software upgrades must be available for download from vendor to NIST for at least one year from purchase at no charge. *Software must be capable of installation on at least two NIST computers for off-line data analysis. 1.2 Accessories The following accessories shall be delivered with the system: -Quantity 1 each Tensile grip fixture -clamps that shall accept a maximum sample width of 25 mm; Must maintain sample in-line with application of tensile load up to maximum sample thickness to eliminate off-axis loading of sample; and Maximum load of 2.2 kN; Load Cells: Quantity 1 each Load Cell: Maximum load of 450 N, safe overload at least 150% of max load, at least 0.25% accuracy full scale, temperature range -53C to 120 C, tension/compression; Quantity 1 each Load Cell: Maximum load of 2.2 kN, safe overload at least 150% of max load, at least 0.25% accuracy full scale, temp range -53C to 120 C, tension/compression. LINE ITEM 0002: INSTALLATION The Contractor shall install the equipment. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment including start-up, and demonstration of all specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. Reference Inspection and Acceptance criteria. LINE ITEM 0003: ON-SITE TRAINING The Contractor shall schedule and conduct training for at least three (3) NIST personnel, on-site at NIST Gaithersburg. Training shall include all aspects of system operation, basic troubleshooting, a description of system and safety awareness; and a demonstration of developing methods, saving, using fixtures and transducers, running tests, saving results and exporting data. The training may be completed at NIST immediately after installation/set-up, however must be completed not later than 30 days after installation. Installation and training must be scheduled, in advance, with the NIST Technical Contact to be identified at the time of award. LINE ITEM 0004: WARRANTY The Contractor shall provide, at a minimum, a one (1) year warranty for the system. The warranty must cover the complete machine and associated components and software. The warranty must cover all defects in materials and workmanship for a period of one year from the date of final acceptance by the Government. During the warranty period, the Contractor shall bear all costs, including shipping, travel (including per diem), and labor, to complete the repair or replacement any defects. OPTION LINE ITEMS Line Items 0005 through 0009 are option line items. The Contractor shall provide pricing for these option line items. Pricing for all option line items shall remain in effect for a period of one year from the date of award. The Government may, at its discretion, exercise any or all of these option line items at the time of award or at any time prior to one year from the date of award. Option Line Items must meet or exceed all specifications identified herein. LINE ITEM 0005: Quantity 1 each Grip -Compression fixture, 25 mm diameter, rated to at least 2.2 kN max load; LINE ITEM 0006: Quantity 1 each Grip Three point bend fixture, at least 400 N capacity, span available from 20 mm to 60 mm, 2.5 mm radius on support ends; LINE ITEM 0007: Quantity 1 each Grip Fiber grip fixture at least 200 N max load capacity, diameter of fiber of 2mm with a 10 mm radius guide roller. LINE ITEM 0008: Quantity 1 each, Thermal Environment -Thermal environment must encompass whole sample being tested; -Must be equipped with a window to view samples during testing. Window must be insulated to prevent condensation/ice and prevent burns; - The window must permit full view of sample pulled in tension to maximum stroke range; -Thermal environment temperature control must be integrated into test frame controller software. It must have an operating temperature range of at least 0 C to 120 C; -Must control sample temperature within +/- 0.1 C of set point within operating temperature range of thermal environment. LINE ITEM 0009: Quantity 1 each Liquid Chamber Liquid cell must fully immerse test sample within aqueous liquid at ambient conditions and must allow user to conduct tension and compression measurements. DELIVERY Delivery shall be made to NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery, installation and training shall be completed not later than 120 days after award. Delivery terms shall be FOB Destination. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. INSPECTION AND ACCEPTANCE CRITERIA Installation will be completed by NIST. NIST will inspect all equipment to ensure that all required equipment has been delivered. Equipment must perform to all required specifications. Delivery shall be made to NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery terms shall be FOB Destination. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. INSPECTION AND ACCEPTANCE CRITERIA Installation will be completed by NIST. NIST will inspect all equipment to ensure that all required equipment has been delivered. Equipment must perform to all required specifications. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability: Meeting or Exceeding the Requirement, (2) Past Performance, and Price. Technical Capability and Past Performance, when combined, shall be equal in importance to price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Technical description and product literature submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all required specifications identified herein. Past Performance: Past performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Evaluation of past performance will be based on information contained in the technical proposal and information provided by references. The Government will evaluate past performance by contacting appropriate references, including NIST references if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) Two copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed equipment, addresses all required specifications, and clearly documents that the offered equipment meet(s) or exceeds the specifications stated herein; If standard product literature and/or technical descriptions do not address all required specifications, quoters must provide narratives and or explanation of the work that will be will be performed to meet the requirement(s). All proposed work must be addressed in sufficient detail that all technical requirements are discussed and that the intended outcome of the work can be clearly discerned; 2) For the purpose of past performance evaluation: A list of recent and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the e-mail address and telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; a brief description of the work performed, and the date of delivery or the date services were completed; 2) An original and one copy of a price quotation for all equipment. FOB Destination pricing is required; 3) The country of origin for the quoted equipment; 4) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 5) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. 6) Documentation that the quoter is registered in the Central Contractor Registration; www.ccr.gov. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on September 12, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted. An e-mail quotation shall be considered received when it is received in the electronic inbox of Carol Wood. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of hard copies of quotes. If hard copies are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.217-5, Evaluation of Options; In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.209-6, Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 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; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 52.225-1, Buy American Act-Supplies; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.217-7 Option for Increased Quantity-Separately Priced Line Items; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0717/listing.html)
 
Place of Performance
Address: Ship to:, NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02576918-W 20110916/110915000908-e2905141f2ada74a2f6ac1022fae7844 (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.