Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
MODIFICATION

66 -- NB731040-12-03382 Upgrade of MTS Servohydraulic Test Machine

Notice Date
7/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device 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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB731040-12-03382
 
Archive Date
10/5/2012
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
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). Simplified Acquisition Procedures shall be utilized. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This acquisition is being procured using full and open competition. The National Institute of Standards and Technology (NIST), Materials and Structures Division of the Engineering Laboratory require upgrade of an MTS servohydraulic test machine and calibration of a screw-driven test machine. The current machine is not functional, but requires installation of equipment and upgrades. Use of these test machines is critical to the mission for research in EL, particularly for several base funded projects. There are deadlines in these projects for the mechanical characterization of thermoplastic and thermoset polymers required to develop long term performance standards. The objective of this procurement is to facilitate the operation of the servohydraulic machine by upgrading critical operation parts. The performance of the screw-driven load frame will be enhanced with the addition of new extensometers and a calibration. The requirement includes the purchase of a 3300 lb. actuator, extensometer, laser extensometer, 3-point bend fixture, compression platens, and hydraulic manifold accessories, and mounting hardware. Actuator will use existing 3000 psi manifold (MTS 294.11) at NIST. This acquisition will also require calibration and load tuning of servohydraulic test machine after installation of equipment. It will require calibration of load cells. In addition, an MTS controlled Instron screw-driven test frame will require calibration. The screw test machine will be upgraded with a pneumatic grip controller and a footswitch to operate the grip controller. The extensometers will be required to work on both test machines. Equipment must be fully compatible and integrated with current MTS hardware, electronics, and software at NIST. Relevant instrument information: Servohydraulic: MTS model 312.21 22 kip load frame. Power unit is an MTS 505.07 with servohydraulic grips (MTS 647.10A). Software is Test Star Version 4.0A and Multipurpose Testware. Screw Machine: Instron model 1125 load frame using MTS Testworks software and MTS control and data acquisition electronics. A. CONTRACTOR REQUIREMENTS The contractor shall be a Service Engineer trained on MTS equipment who will provide and install genuine MTS instrument parts to repair the servohydraulic load frame. The contractor will verify the operation of the servohydraulic instrument after installation of all parts and equipment, verify operation and calibration of LVDT, verify calibration of load cells, tune the P&ID controllers in the servohydraulic actuator to facilitate load control operation, verify operation and compatibility of extensometers with MTS software components used to control both the servohydraulic and screw-driven load frames. The contractor will calibrate the screw driven load frame. B. GOVERNMENT RESPONSIBILITIES The Government will provide to the contractor access to the servohydraulic and screw-driven load frames located in 226/B329. The government will conduct a 10-day test of the repaired machines following the completion of contractor's work. C. REPORTING REQUIREMENTS AND DELIVERABLES The contractor shall install equipment within the original equipment specifications, verify operation, and perform calibrations. The contractor shall submit a written report consisting of the items installed and the results of Calibration Qualification Test. D. INSPECTION AND ACCEPTANCE CRITERIA Desired Output Required Service Performance Standard Monitoring Method Repair of Servohydraulic instrument with equipment provided in specification. Installation and calibration of extensometers. Calibration and tuning of servohydraulic machine. Calibration of screw-driven machine. Calibration of load cells and LVDTs/encoders in both instruments. Install items on Servohydraulic and screw-driven machine. Installation service (Section E) The NIST COR will review all deliverables for compliance with performance standards Test and inspect the operational qualification of both machines and installed equipment E. CALIBRATION PROTOCOL The load cells will be calibrated according to ASTM E8. The LVDT's will be calibrated to ASTM E2309. The Extensometers will be calibrated to ASTM E83. These protocols will verify the equipment is performing within manufacturer specifications. F. SPECIFICATIONS Specifications for 3.3 kip Servohydraulic actuator upgrade, 22 kip load frame and Calibrations MTS part numbers are listed to identify the current equipment in use at NIST in order to facilitate compatibility. 1. Linear Hydraulic Actuator a. Capable of dynamic, static, and fatigue applications b. +/- 3,300 lb c. 6 in stroke total, +/- 3 inch stroke from calibrated zero position d. Piston rod extends from both sides of equal area piston e. Hydraulic pressure on both sides of equal area piston f. Coaxially mounted LVDT displacement transducer i. LVDT compatible with existing MTS controller electronics ii. Temperature range at least -65 F to 275 F iii. Temp coefficient of sensitivity less than or equal to 0.02% of reading per degree F iv. Temp coefficient of zero shift less than or equal to 0.001% of linear range per degree F v. Accurate to at least 0.25% of actuator range g. Non-metallic bearings h. Threaded insert for ½ inch-20 internal threads for mounting grips or capable for mounting to current servohydraulic grips i. Compatible with MTS 294.11 hydraulic service manifold 2. Mesh Filter for manifold (MTS P/N 100883-02) compatible with MTS 294.11 hydraulic service manifold; (Quantity 3 ea.) 3. Piston Accumulator (size = 1 Qt) for (MTS model 294.11) hydraulic service manifold; include all new fittings and o-rings; (Quantity 2 ea.) 4. Mounting hardware to mount actuator to (MTS model 312.21) load frame 5. 1"-14 threaded stud to mount 3.3Kip MTS load cell to (MTS 647.10A) hydraulic grip, 3.5 inch length 6. ½" - 20 threaded stud 3 inch length 7. 1"-14 OD to ½"-20 ID threaded adapter 1 inch length for actuator to (MTS 647.10A) hydraulic grip attachment. 8. Analog input card for the MTS Teststar IIs controller a. 6 auxillary input channels for +/- 10V analog signals b. Signals integrate with Teststar for control or data acquisition c. Adapter to support BNC connectors on 6 pig tail leads 9. Laser Extensometer a. Non-contacting strain measurements b. Travel range 0.2 to 5 inches c. Resolution 0.0001 inch d. Non-linearity: +/- 0.001 inch max e. Repeatability: +/- 0.0001 inch typical f. Analog output: 16 bit selectable range +/- 10V full scale g. Meet accuracy requirement of ASTM E-83 h. 100 Hz minimum scan rate, selectable averaging of 2 to at least 500 scans i. Must accommodate operation through glass, a clear bath, water, or other transparent medium. j. Include tripod, manual, and storage case k. 1 roll of retro-reflective tape l. Cables to connect to extensometer output and trigger signals to instrument controller m. use tape thickness down to at most 1/8" inch n. Must identify where measurement is made for strain calculation, i.e. bottom of top piece of reflective tape and top of bottom piece of reflective tape. 10. Axial Extensometer a. Gage length: 0.3 inches b. Strain range: +/- 15% c. Temperature range: -150 to 300 deg F 11. Interface cables from both types of (laser and axial) extensometers to card for servohydraulic (Teststar) control electronics and electronics in MTS controlled screw machine. Any connections required to utilize both extensometers on either machine. 12. Super Nut Assembly for model 312.21 load frame, 1 inch-14 size with a hardened washer. 13. 3-point Bend Fixture a. 2.2 Kip dynamic force capacity and 6.6 kip static force capacity b. Compliant with ASTM D-790 and D-2344 c. Span of 0.94 in to 6 in d. Rollers (5 mm, 10 mm, 0.25 inch) e. Lower assembly weight 4 lbs. 14. Compression Platen a. 4 inch/100 mm diameter b. Fixed mount platen c. Hardened alloy steel, with a smooth surface and concentric centering rings 15. Compression Platen a. 4 inch/100 mm diameter b. Spherical mount platen c. Hardened alloy steel, with a smooth surface and concentric centering rings 16. Pneumatic grip controller with footswitch grip controller 17. Onsite calibration service: Performed by qualified MTS service engineer. a. 5 load cells (22 Kip, 1 Kip, 5.5 Kip, 2.2 Kip, 0.22 Kip) b. 2 LVDT (screw machine and servohydraulic) c. Need servohydraulic tuned for load control (3.0 Kip, 2.2 Kip, 0.22 Kip) d. 0.3", 15% strain extensometer and laser extensometer F. INSTALLATION Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, calibration of the instrument and demonstration of all required specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. G. WARRANTY The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall be on-site at NIST Gaithersburg during business hours only. All parts, labor and travel shall be included. Should a repair be required, the Contractor shall be required to recalibrate the system upon completion of the repair. In the event that an equipment malfunction renders the instrument unusable for a period of 30 days or more, the Government reserves the right to require the Contractor to provide loaner equipment. SUBMISSION INSTRUCTIONS Prospective Contractors must submit the following via electronic quotation to Willie Lu at willie.lu@nist.gov no later than Friday, August 3, 2012 at 2:00 pm EST. Paper and Fax quotations will NOT be accepted. Volume I - TECHNICAL Volume There shall be no pricing information or labor rates included in the Technical Volume. The Offeror shall submit the following as parts of Volume I: Technical Approach- The Offeror shall submit a detailed technical approach for this requirement that demonstrates a sound and feasible approach to completing the tasks detailed in the Statement of Work, as well as a sufficient understanding of the tasks and deliverables required by the Statement of Work, and the purpose of the requirement. Past Performance- The Offeror shall provide past performance references, to include the company/organizations' name, contact person, phone number, and e-mail address Volume II - PRICING Volume The Offeror shall submit the following as part of Volume II: The Offeror shall provide a total firm fixed price for the requirements detailed in the Statement of Work. As supporting information to the total firm fixed price proposed, the pricing volume shall also show the following: 1. The total number of hours being proposed for the performance of the work by each personnel proposed. 2. The fully burdened hourly labor rate proposed for each personnel contractor employee proposed. 3. Pricing for the 3.3 kip Servohydraulic actuator upgrade, 22 kip load frame and Calibrations BASIS FOR AWARD Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical capability is more important than Past Performance. The combination of Technical Capability and Past Performance shall be more important than price. If technical capability and past performance are equivalent, technical capability shall be the determining factor. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. All equipment must be new. Refurbished and or remanufactured shall not be considered for award. Technical descriptions, refereed journal articles, and product literature submitted shall be evaluated to determine that the proposed components meet or exceed the minimum specifications stated herein. Under the Technical Capability Factor, stronger consideration shall be given to equipment capable of exceeding the following: 1. Capability to meet performance specifications such as force, strain, resolution, thread size, and connection requirements; 2. Capability to integrate as seamlessly as OEM equipment into the current servohydraulic and screw test frames and controller electronics at NIST site. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of successfully meeting delivery schedules. Past performance will include capability of contractor to interface with current equipment on site at NIST. Evaluation of Past Performance shall be based on 3 references provided and/or the quoters recent and relevant procurement history with NIST or its' affiliates. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. All responses shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Willie Lu, via email at willie.lu@nist.gov. This is an Open-Market Combined Synopsis/Solicitation for item(s) 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. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. The following FAR 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: (1) 5.203-6 Restrictions on Subcontractor Sales to the Government; (8) Utilization of Small Business Concerns; (16) 52.219-28 Post Award Small Business program Rerepresentation; (17) 52.222-3 Convict Labor; (18) 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.SC. 4212); (22) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (and (30) 52.232-33, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. 52.227-17 Rights in Data - Special Works. The following Department of Commerce (CAR) clauses Department of Commerce Clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Technical Representative (COTR); 1352.209-70 Organizational Conflict of Interest; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.231-71 Duplication of Effort; 1352.233-70 Agency Protests; and 1352.227-70 Rights in Data, Assignment of Copyright. /od/contract/agency.htm. -------------- Amendment A0001 is issued to correct the set aside information from "Total Small Business Set Aside" to no set aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB731040-12-03382/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02815736-W 20120727/120726000959-89078850c76b6a27a524bb5eb96a48dd (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.