Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2012 FBO #3952
SOURCES SOUGHT

99 -- Routine maintenance, repair and calibration of the MTS mechanical test system

Notice Date
9/17/2012
 
Notice Type
Sources Sought
 
Contracting Office
U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-X-D043
 
Response Due
10/17/2012
 
Archive Date
11/16/2012
 
Point of Contact
Pamela Penaherrera, Contract Specialist, 973-724-8673
 
E-Mail Address
Pamela Penaherrera
(pam.penaherrera@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Army Contracting Command (ACC), Picatinny Arsenal, NJ 07806-5000, on behalf of the Armament, Research, Development and Engineering Center (RDECOM-ARDEC) Advanced Materials Branch of EWMTD is contemplating award of a Blanket Purchase Agreement(s) (BPA) to contractors that can provide the following: 1. Routine maintenance, repair and calibration of the MTS mechanical test system in room 1 of building 355. NomenclatureModel #Serial # Strength of Material Testing Machine Static and Dynamic312.211301 Strength of Material Testing Machine Compression Type311.31251 Strength of Material Testing Machine Loading Unit 110 Kips312.411144 Strength of Material Testing Machine Loading Unit 22 Kips312.211214 Strength of Material Testing Machine311.31492 Axial-Torsional Test System319.25C10180041 Hydrostatic Test System 458458843 2.The mechanical testing laboratory consists of six MTS test frames and a hydrostatic test system. Other MTS equipment in the lab includes: extensometers, clip gages, load cells, Linear Variable Differential Transducers (LVDT), hydraulic pumps, and environmental chambers. 3.Each frame has one LVDT and at least one load cell. The lab has a number of extensometers, clip gages, and other MTS equipment. Most of this equipment requires calibration every 12 - 18 months to comply with ASTM standards. 4. This BPA shall cover all costs for service, maintenance, calibration, repairs, and parts for equipment listed. 5.As necessary, calibration shall be conducted while the sensors are in the machine in which they are used. Each of these components are required to work together to make an entirely operable test system. 6.The period of performance shall be five years from date of award. APPLICABLE DOCUMENTS ASTM Specifications REQUIREMENTS 7.CALIBRATION 1.7.1.The equipment shall be calibrated by standards traceable to National Bureau of Standards in accordance with applicable ASTM specification. 8.REPAIRS 4.2.1.In the event of equipment failure, the contractor shall repair the defective components. The contractor shall respond to the repair request in 3 working days unless a greater delay is justified. 4.2.2.If during the performance of inspections and/or repairs any defective part(s) are revealed, which would cause an impairment or failure of proper operation of the equipment, the defective part(s) shall be repaired at the job site. 4.2.3.If the replacement part is not on-hand, the contractor shall return with the proper part to restore the equipment back into operation within 3 working days unless a greater delay is justified. SPARE PARTS 9.The contractor shall provide spare parts for operator maintenance This synopsis is open to all business concerns; however, in accordance with FAR 19.501, the Governments intent is to establish Blanket Purchase Agreements (BPAs) with small businesses. In the event there arent enough responses from responsible, capable small businesses, then large business responses will be considered. All interested and potential firms must be registered in CCR, and current firms must update once a year to maintain active status. Please visit the CCR website to register and update https://www.bpn.gov/ccr/default.aspx. Whether applying for assistance awards, contracts agreements, or other business opportunities, all entities are considered "registrants". However, registration in no way guarantees that a contract or assistance award will be issued. The following information is required to register in CCR: DUNS Number; Tax Identification Number (TIN) and Taxpayers Name; Statistical Information about your business; Electronic Funds Transfer (EFT) Information. Once a business has been registered in CCR, it also has to be registered in ORCA, https://orca.bpn.gov/. Firms/companies are invited to indicate their interests and capabilities by providing specifications, brochures, manuals, reports, information pertaining to experience on previous projects, specific work previously performed or being performed, any in-house research and development effort, and any other specific and pertinent information as pertains to this particular area of procurement. All information is to be submitted via email (10MB limit) at no cost or obligation to the Government; information provided will not be returned. Responses shall also indicate the size of the business entity; large or small and provide your DUNS or Cage Code. Please provide the name of your firm, address, POC, phone/fax number, and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email. Interested firms/companies are encouraged to submit their capabilities/qualification data NO LATER THAN October 17, 2012. Submittals and questions should be directed to the following point of contact: US Army Contracting Command, Attn. Pamela Penaherrera ACC-NJ-JA, Bldg. 45C, Picatinny, NJ 07806-5000, e-mail pamela.e.penaherrera.civ@mail.mil. This notice does not constitute a formal Request for Proposal (RFP), nor is the government obligated to issue an RFP. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45e3c1dbef9808f291d2638298ced471)
 
Record
SN02885794-W 20120919/120918000931-45e3c1dbef9808f291d2638298ced471 (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.