SOURCES SOUGHT
66 -- RFI - Tissue Test System
- Notice Date
- 12/1/2011
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- CTRMC0001
- Archive Date
- 12/14/2011
- Point of Contact
- Michelle Creenan, Phone: 301-295-3924
- E-Mail Address
-
micreenan@usuhs.mil
(micreenan@usuhs.mil)
- Small Business Set-Aside
- N/A
- Description
- The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for a PC controlled electromechanical test machine with heated, saline tissue bath and fixtures that will be used by biomedical researchers and engineers for low force fatigue, tensile, compressive, flexural, creep, stress relaxation and shear tests of soft tissues and surgically implanted devices. This is a request for information (RFI). Offerors responding to this RFI will not be reimbursed for any costs associated in the preparation of their submission. Additional information regarding USU and our mission, can be found on our website: www.usuhs.mil The tissue test system must be capable of performing tests while the sample is submersed in a precision temperature controlled saline bath test environment. The bath shall consist of non-circulating saline bath with dual zone heaters and two controllers to ensure 37C operation within +/- 0.2C or +/- 0.5F. RTD sensors will be used for temperature sensing. Two corrosion resistant tensile grips shall be included with jaw faces designed for grabbing soft tissues without damaging them. A low force fatigue resistant load cell, statically rated 5 lb full scale, shall be included for testing in the bath. A 100 lb static rated load cell shall be included for ambient tests. A pair of grips is required to hold suture and fine wire up to 3 mm diameter. The test machine shall be capable of tests to 250 lb and speeds up to 25 ipm. The test software will include analyses for all the tests described in the intended purpose. All available standard software modules shall be included with the controller. The test software and test system shall be capable of performing load controlled sinusoidal waveforms for fatigue tests. It shall include PID servo tuning capabilities required to set it up for all the intended tests. The controller will be capable of interfacing to at least five feedback channels (strain, position, load and auxiliary). The controller will be capable of gathering data at speeds up to at least 1000 samples per second. This speed is the minimum needed for quality stress relaxation tests. The software must be capable of fatigue tests which require creation of blocks made of multistep segments including mixes of ramp, dwell, sinusoid, and sawtooth. The test frame shall be capable of expansion to loading capacity of 1500 pounds as lab requirements change. The test machine must be capable of horizontal or vertical test setups. The tissue test system must be a table-top configuration. The selected offeror would be required to provide installation and training. Offeror's responding to this RFI, must answer the following questions: 1. Are the specifications listed above clear? 2. Based on the specifications provided, would you be able to provide a quote? 3. What is the brand name and model number of the tissue system you would provide a quote on? 4. In what country is the tissue test system you would be quoting manufactured? 5. Is the tissue test system manufactured by yourself or another company? 6. If the tissue test system is manufactured by another company, what is the name of the manufacturer? 7. What type of warranty is provided (duration)? 8. Are you able to provide firm fixed option year pricing for future maintenance periods (Total of 2 years)? Please provide the following information with your submission: 1. Company Name and Address 2. DUNS Number 3. Socio-Economic Status (Small, Large, SDVOSB, etc.) - Socio-economic statuses will be verified in the Online Representations and Certifications Application (ORCA - https://orca.bpn.gov/) 4. Point of Contact - Title, Phone Number and Email Responses are due by 7:00 PM EST on December 13, 2011 and must be submitted via email to micreenan@usuhs.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ac0c24859b75c46a86ce3446fd83875a)
- Place of Performance
- Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN02631835-W 20111203/111201234904-ac0c24859b75c46a86ce3446fd83875a (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 |