Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOLICITATION NOTICE

66 -- Tabletop Nanoindentation Tester

Notice Date
11/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0063
 
Archive Date
12/22/2011
 
Point of Contact
Robert Neeb, Phone: 9375224547
 
E-Mail Address
robert.neeb@wpafb.af.mil
(robert.neeb@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION: Tabletop Nanoindentation Tester This is a combined Synopsis/Solicitation FA8601-12-T-0063 for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this requirement is 334516 with an associated size standard of 500 employees. Quotations should be e-mailed to Robert Neeb at robert.neeb@wpafb.af.mil no later than 7 December 2011; 4:00 PM Eastern Standard Time. Only proposals received by this date will be considered. The Operational Contracting Office, Aeronautical Systems Center, at Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: The minimum requirements for the Tabletop Nanoindentation Tester are listed below: 1. Small Frame, Portable Tabletop Nanoindenter - Dimension: 45cm (L) x 40cm (W) x 45cm (H) 2. Top Referencing Design to Eliminate Thermal Drift/Vibration in Real Testing Time - No stabilization required before the first measurement - No pre- & post- thermal drift calibration required - No enclosure required - Uncorrected thermal drift of less than 0.15 nm/sec (raw data uncorrected) - Nanoindentation tests with 30 seconds (or more) loading/unloading time without any thermal drift correction (ASTM E2546 & ISO 14577) - Sample in horizontal direction (easy to fix) - No system recalibration required after a series of test - Contact force hold time (creep/relaxation): unlimited - Low Nanoindenter frame compliance (0.02 mm/N) - Low noise floor (0.3 nm) - Fast Indentation measurement (each test 2~5min including approaching and data acquisition, etc) 3. Nanoindentation Head Fully Compatible with Liquid Testing - No extra add-on needed 4. Maximum Indentation Load of 500 mN. Minimum Load Less Than 50 μN - Load resolution: 40 nN 5. Differential Capacitive Sensor of Depth Measurement - Displacement resolution: 0.003 nm - Maximum indentation depth: 200 μm - Maximum indenter range: 500 μm 6. High Resolution Video Microscope (with CCD Camera) - At least 2 simultaneous objectives (4 possible) - Allows a specific sample site to be selected - USB2.0 Camera with a minimum resolution of 1280 x 1024 - Dual screen (one screen for the video system, one screen for the Indentation software) - Video software included: - Real-time video display - Crosshair, scales, measurement tools - Image capture, the picture will automatically be added to software - Layer thickness measurement (Calotest) 7. Fully Automated X & Y Stages for Grid Indentation and Mechanical Mapping - X/Y motorized table with a range of 70mm - Grid Indentation technique including Modulus & Hardness 2D mapping and software built-in histogram analysis 8. Sinus Mode for Dynamical Mechanical Analysis (Optional) -Low cost DMA mode for a continuous acquisition of Hardness, Elastic Modulus, Storage and Loss Modulus data as a function of indentation depth 9. Full Software Package for Data Acquisition and Analysis - Real time display of force and depth data during acquisition, with the possibility to initiate an instantaneous user controlled unloading during the experiment - Full integration of AFM and Video imaging into the indenter control software (with AFM option) - Fully user definable indentation modes: (single/multi cycle, linear and square root loading ramps, unlimited hold time) - Powerful indentation modes including: Visual indentation mode (with optical microscope only) CMC (Continuous Multi Cycle) and large area mapping DMA as an option (Sinus mode option must be installed) - System setting programmable for every single indent in a multi-indent experiment. - Automated indenter calibration - Creep calculated in software - Multiple models for hardness and elastic modulus evaluation - Hardness ISO standard evaluation conform to ISO 14577 and ASTM2806 - Powerful and fully integrated statistical module - Superposition of curves - Data export in ASCII format The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items 52.212-2, Evaluation - Commercial Items [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical acceptability and price. Technical criteria will be rated pass or fail. Technically unacceptable quotations will not be considered for award. Award will be based on the best value to the government] 52.212-3, Contractor Representations and Certifications; The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items Included within 52.212-5: 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 - Protecting the Governments' Interest when subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-28 -- Post-Award Small Business Program Representation; 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; 52.222-35 - Equal Opportunity for Veterans; 52.222-36 -- Affirmative Action for Workers with Disabilities; 52.222-37 - Employment Reports on Veterans; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration; 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003, Control of Government Personnel Work Product 252.211-7003, Item Identification and Validation. 252.212-7000, Offeror Representations and Certifications--Commercial Items. 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items Included within 252.212-7001: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and balance of Payments Program; 252.225-7036, Alt I, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Alt III, Transportation of Supplies by Sea The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201, Ombudsman (Apr 2010). (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Howard E. Marks., Jr., ASC/ACH, 1755 11th St, Bldg 570, Room 101, Wright-Patterson Air Force Base, OH 45433-7404, Tel 937-255-8642, e-mail: howard.marks@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. A Firm-Fixed Price purchase order will be issued in writing. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offeror Representations and Certification with your submission if they are unavailable at the ORCA website (https://orca.bpn.gov/login.aspx).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0063/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02630385-W 20111201/111129234726-edb1852ab897e8031cbfcb0731d21b2f (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.